Skip to main content

An official website of the United States government

You have 2 new alerts

Design-Build Construction of ARS/WSU Plant Bioscience Research Facility, Pullman, WA

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Feb 09, 2022 01:33 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 15, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C1DB - ARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Pullman , WA 99163
    USA

Description

Description:  Design-Build Construction of ARS/WSU Plant Bioscience Research Facility, Washington State University Campus, Pullman, WA.

FOR INFORMATION ONLY: This synopsis is a notification that a solicitation is anticipated and forthcoming. All questions regarding this synopsis should be submitted in writing (via email) to the individuals noted below.

The U.A. Army Corps of Engineers (USACE) Seattle District (NWS) has a requirement for and intends to procure design and construction services to construct.....a new ARS/WSU Plant Biosciences Research Building (PBRB), located on the Washington State University (WSU) campus, within the Research Education Complex (REC). The site is approximately 2.5 acres and will be developed with supporting infrastructure utilities, paved surfaces, site lighting and landscaped areas. The building will be a maximum 113,703 GSF (per calculations as outlined in UFC 3-101-02) and shall provide research and office space representing a
diverse mix of disciplines, programs, and groups of approximately 320 researchers and students. The building provides key connections within the REC complex with a direct connection to the Vogel Plant Sciences building to the west, providing office space for researchers with labs in Vogel.

The laboratories required to support the important research missions range from typical Micro/Molecular Biology laboratories to Plant/Soil focused laboratories and other specific research-focused labs as well as many proposed shared research support laboratories. The laboratories are designed utilizing a Laboratory Typology Approach which utilizes a flexible and modular approach to allow space to change and adapt with the needs of the research groups over time. The adjacent Vogel and Plant Sciences buildings (REC5) must remain operational during construction with limited impact to existing building occupants where demolition is required to achieve the desired building connections.

The project is projected to achieve the goals outlined by the ARS Policy and Procedure for Energy, Water and Sustainability, achieve minimum LEED Silver certification, respond to the Washington Energy Executive Order 20-01 for state efficiency and environmental performance and provide a healthy environment for all building occupants.

The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, and the associated small business size standard is $39.5 Million in average annual receipts.

The Construction Cost Limitation (CCL) for this project is $89 million. For this potential project, 100 percent payment and performance bonds will be required. It is anticipated the proposed project will result in a firm fixed-price construction contract.

The solicitation will be a Two-Phase Design Build competitive acquisition in accordance with procedures outlined in Federal Acquisition Regulation (FAR) Subpart 36.2 entitled, “Two-Phase Design Build Selection Procedures.” We will first solicit proposals for Phase One. Firms that wish to be considered may provide technical qualifications in accordance with the instructions in the solicitation.  Submittals will be evaluated utilizing the processes defined in FAR 36.303-1.

After evaluating Phase One proposals, the Contracting Officer shall select the most highly qualified offerors. Those firms will move to Phase Two of the process for additional evaluation based on information and criteria in the official solicitation document.

THIS PROJECT WILL BE PROCURED ON AN UNRESTRICTED BASIS:  On or about February 25, 2021, the solicitation documents for this project will be available via the official U.S. Government website at https://www.sam.gov under Solicitation number W912DW22R0015. You must be registered with the website to download the solicitation documents.  NO CD’s OR HARD COPIES WILL BE MADE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity of for an offeror’s inability to access the documents posted at the referenced website. 

To obtain automatic notifications of updates to this solicitation, you MUST log in to www.SAM.gov .  If you would like to list your firm so others can see you are an interested vendor, you must add yourself by selecting the Interested Vendors button in the listing for this listed opportunity.

Point of Contact: The point of contact individual for administrative or contractual questions is Ms. Debbie Knickerbocker, email
debbie.a.knickerbocker@usace.army.mil.  Please, no phone calls.  All questions must be submitted in writing to the above point of contact. Do not ask technical questions at this time, as answers to technical questions will be available through an online system during the solicitation.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA

Primary Point of Contact

Secondary Point of Contact

History