Construction of New Cotton Classing Facility on Texas Tech University campus Lubbock, Texas
The United States Department of Agriculture (USDA), Agricultural Marketing Service (AMS), Cotton and Tobacco Program is issuing this sources sought announcement for a construction project at Texas Tec... The United States Department of Agriculture (USDA), Agricultural Marketing Service (AMS), Cotton and Tobacco Program is issuing this sources sought announcement for a construction project at Texas Tech University, Lubbock, Texas 79409 to determine the interest, availability, and capability of Small Business and Large Business concerns as described below. The NAICS code for this procurement is 236220. The estimated construction cost is between $7 million and $12 million. The solicitation is planned to be issued on or about September 16, 2019. The Cotton and Tobacco Program (C&T) facilitates the domestic and international fair marketing of cotton and tobacco through a variety of services used by industry to measure quality, ensure consistency and report market activity. The program's standards are used by more than 50 countries for the instrument and visual grading of cotton and tobacco. During a typical cotton season, the Program's services are used to test raw cotton valued at about $6 billion. The project scope of work described herein involves the construction of a cotton classing facility on the Texas Tech University campus, which is located on Lubbock, Texas. The proposed 30,000 SF USDA Cotton Classing Laboratory will be situated on Texas Tech University directly across from the Rawls Golf Course. The exterior material palette is composed of predominately veneer masonry consistent with the Texas Tech University campus. The roof is single ply membrane roofing with minor areas of clay tile. The facility contains both butt glazed aluminum storefront and architectural aluminum fixed windows. The facility shall utilize traditional steel framing and light gauge steel backup. The classing lab features a large reception area with museum quality graphics and learning opportunities, large conference space and food service area. The remaining non-lab space is composed of private offices, restrooms, and a break/training room. The interior perimeter of the lab space is to be constructed of insulated concrete forms (ICF) to mitigate moisture migration throughout the facility and to reduce the mechanical load required to maintain ASTM lab conditions. The process automation equipment occupying the lab will be provided and installed by the USDA. The rear of the facility contains a large mechanical room with ancillary support spaces, the baler room and a loading dock including a truck well. Exterior improvements include full-size truck rated concrete paving and parking. Landscape improvements shall follow Texas Tech guidelines including plant species selection. The mechanical system for the Classing Lab portion of the building is designed to meet ASTM conditions of 70 deg. F., +/- 1 deg. F., and 65% RH +/- 2% RH. This system includes three air handling units with chilled water and heating water coils and steam humidifiers. Chilled water is generated with water-cooled, heat recovery chillers, and heating water is generated by the heat recovery chillers and a condensing hydronic boiler. A plate frame heat exchanger will provide chilled water in the winter, with two cooling towers, one for the heat exchanger, and one for the chiller. Hydronic chilled/heating water fan coil units cool the electrical, air compressor, and baler rooms. DDC control system is specified to control all components of the HVAC system to provide close control of temperature and humidity. A dust control system will support the automated classing equipment located in the classing lab. Support systems for the automated classing include an HVI vacuum pump and a central vacuum system with cyclone. Loose removal of cotton samples will be accomplished by above-ground conveyors delivering samples to a transverse conveyor in a deep trench, which delivers the cotton to two government-furnished cotton balers. Compressed air system supporting the automated classing system includes piping and valves, originating from government-furnished air compressors. The office area HVAC system consists of a heat recovery Variable Refrigerant Flow system with heat recovery fresh air and dedicated capacity to deliver ventilation air to a neutral condition. The receiving and traying area is served by packaged gas/electric rooftop units. Plumbing systems include a water softener serving the cooling tower makeup, hydronic loop makeup, and an RO unit. The RO unit serves the electric steam humidifiers. And a potable RO loop in the office area. The building will be fully sprinklered by a wet fire protection sprinkler system meeting NFPA 13, with varying densities required. The Telecom/Server room will be protected by an FM-200 fire protection system. The electrical system for the facility shall be served by a 480/277volt, 3 phase service from a pad mounted transformer installed by LP&L. Mechanical systems, large motor loads and lighting shall be served at 480/277 volts. Step-down transformers shall be installed to serve the receptacle load and small motor loads. A diesel generator shall be installed to serve the egress lighting and critical building loads. The lighting system for the facility shall utilize LED light sources. Occupancy sensors, daylight harvesting, and dimmers shall be utilized in the lighting control system. An addressable Fire Alarm system shall be installed, and it shall have a voice notification system. A master labeled lightning protection system shall be installed for the building. Cable tray shall be installed for the communication cabling. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, Small Business, Woman Owned, 8(a), etc.) as well as qualifications of the Construction team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience with two examples of a construction project, similar in scope, complexity and dollar value to this project that the team has performed. The past experience examples must have been performed within the last 10 years. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. The responses shall clearly identify the role (i.e., prime construction contractor, subcontractor, construction manager, etc.) of each party identified in the capabilities package for each project submitted. Responses shall also include proof of bonding capability. Responses are due August 15, 2019 at 10:00 am central time. Responses should be addressed to Beverly Brown and emailed to BeverlyS.Brown@usda.gov. Responses are limited to 30 pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »