SOURCES SOUGHT
C -- Indefinite Delivery Contract (IDC) for Architect-Engineer Services - National Geospatial Intelligence Agency (NGA) West Facilities Modernization (WFM) program.
- Notice Date
- 11/4/2014
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-15-R-4004
- Response Due
- 1/5/2015
- Archive Date
- 2/4/2015
- Point of Contact
- Jay Denker, 816-389-3934
- E-Mail Address
-
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Indefinite Delivery Contract (IDC) for Architect-Engineer Services - National Geospatial Intelligence Agency(NGA) West Facilities Modernization (WFM) program. W912DQ-15-R-4004 The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services) and 541310 Architectural services. The small business size standard is $7.5 million and $15 million respectively. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The estimated capacity for this IDC is not to exceed $100 million with a maximum duration through the completion of construction and turn over. The U.S. Army Corps of Engineers, Kansas City District seeks qualified Architect and Engineering (A-E) firms interested and capable of providing A-E services (NAICS code 541330 and 541310) to support the planning, design, construction, and operation of a replacement campus for the National Geospatial Intelligence Agency's (NGA) 2nd Street St. Louis facilities known as the West Facilities Modernization (WFM) program. The project is tentatively programmed for construction in the late FY17 through FY21 timeframe and would consist of one site in the metropolitan St. Louis area. The planning and design efforts are planned to begin in late FY15. The site has not been selected. The campus complex would consist of the following facilities/improvements: a. Secure Analysis Facility (approx 800,000 sf) b. Central Utilities Plant (approx 38,000 sf) c. Structured Parking (approx 1,000,000 sf) d. Visit Control Center (VCC) (approx 7,300 sf) e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf) f. Police Command Center (approx 10,000 sf) g. Associated Site improvements (roads, utilities, landscaping, etc) h. Installation of FF&E, IO&T, and Installation of Secure Mission Production Equipment. WFM Requirement: The WFM campus is required to replace mission critical facilities in St. Louis that have exceeded their service life. The project will accommodate new technologies and processes that will generate beneficial synergies through integration, collaboration, and geospatial data immersion. The 'purpose-built' facility will provide an open flexible work environment that is scalable, reconfigurable, and adaptive to changing mission requirements and the associated changes in workflow and data sharing methodologies. The project will provide NGA's workforce with safe, secure, and efficient facilities that will meet the agency's long-term requirements and vision for Geospatial-Intelligence (GEOINT) and will be consistent with the Director National Intelligence (DNI) facilities strategic plan. Anticipated Scope of Services: The Government anticipates issuing an IDIQ professional services contract for the services described in this announcement. The anticipated types of services are architectural engineering technologies; architectural and engineering analyses and designs; preparation of construction plans/specifications; independent commissioning services; and construction cost estimates. The acquisition strategy for the associated construction contract has not yet been finalized; therefore the A-E IDIQ contract may develop 'bridging documents' to support a 'Design-Build' construction solicitation; full design to support a design-bid-build approach; or an incremental/phased design approach for an Early Contractor involvement (ECI) /integrated design-bid-build/CMc approach. If the acquisition strategy selected is to develop a Design-Build construction solicitation, it is expected that the selected A/E would not be permitted to participate in any Design-Build team submitting a proposal in response to that solicitation. Individual task orders under this IDIQ contract may include, but not limited to, the following types of services: 1. Architectural/land use planning; 2. Geotechnical exploration and analysis; 3. Preparation of Design-Build RFP/bridging documents; 4. Preparation of detailed cost estimates; 5. Preparation of detailed construction plans & specifications; 6. Review of a Design-Build contractor's detailed design to insure compliance with RFP/Proposal/code compliance; 7. Construction phase A-E services - including RFI response, submittal review, cost estimating, etc. 8. Program and Project management support services; 9. Whole Building Commissioning Services; 10. Initial Outfitting & Transition services; etc. Special Restrictions: Some task orders under the proposed IDIQ contract would receive, process, and store classified information up to the SECRET level. A-E firms that would perform work under the anticipated IDIQ contract must have: (1) U.S. Citizens on staff, with a SECRET clearance, capable and qualified to perform the anticipated project work; and (2) access to a Defense Security System (DSS) certified computer system. A/E should also have the ability to obtain TS/SCI clearance in the event a full design option is selected. Submission Requirements: If interested, qualified, and capable of performing the anticipated scope of services, please submit a response in three parts: Part 1: Submit the following information on a title page: Name and address(es) of the A-E firm; DUNS number and CAGE Code; Corporate affiliations, if any; and Name and contact information of the individual(s) representing the firm for this announcement. Include business size description as well as other business classifications. Indicate the date of your last DCAA audit. Part 2: Indicate how your firm would be proposing on this type of requirement. Provide a brief description of any Joint Venture arrangements, or major subcontractors that would be part of your team, including the firms' DUNS number, qualifications, and capability to work on anticipated task orders described above. Describe how the office and staff would handle, process, and store hard and electronic copies of classified information up to the SECRET level. Part 3: Demonstrate the level of interest, qualification, and capability to work on the anticipated types of task orders by submitting recent (within the past 8 years) experience similar to the type of project listed in the description of the WFM project. Limit experience portion of the submission to not more than 7 pages. The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Please send your Sources Sought responses via email to jay.b.denker@usace.army.mil. Submission should be received by 10:00 a.m. Central Standard Time, November 21, 2014. Contracting Office Address: USACE, Kansas City, Attn: CT-M, 601 East 12th Street, Kansas City, MO 64106 Point of Contact: Jay B. Denker, 816-389-3934
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-15-R-4004/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN03565635-W 20141106/141104234529-bac76dc656945e6a20a0131152b59a69 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |