Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2016 FBO #5474
SOURCES SOUGHT

C -- Constuction Management Services for the National Geospatial-Intelligence Agency (NGA) Next NGA West (NW2)

Notice Date
11/16/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-17-R-7001
 
Point of Contact
SFC Christina M. Kidwell,
 
E-Mail Address
christina.m.kidwell@usace.army.mil
(christina.m.kidwell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following Sources Sought announcement is posted on an unrestricted basis; all interested firms are encouraged to respond.. The purpose of this announcement is to solicit market research information on businesses with the capability of providing the services described in the abbreviated scope of work below. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. This notice is a market research tool used for planning purposes only to determine the availability of capable contractors able to do the following: Construction Management Service (CMS) contracts for architect-engineering services are required to accomplish miscellaneous scheduling, cost estimating, and construction management tasks for the planning, design, construction, and operation of a new campus for the National Geospatial-Intelligence Agency (NGA) in North St. Louis, Missouri. The project has been designated Next NGA West (N2W). In addition, the CMS contracts may be utilized in support of the Kansas City District, US Army Corps of Engineers. It is anticipated that as many as four indefinite delivery contract (IDC) will be negotiated and awarded, with base ordering periods of five years and optional ordering periods of up to three additional years. The total value of all task orders issued under each contract will not exceed $9,500,000. There is no limit on the value of individual task orders. Work will be issued by negotiated firm-fixed-price task orders. Award of the contracts is anticipated in mid FY17. The anticipated contracts, when solicited, will be procured in accordance with the Public Law 92-582, the Brooks Act as implemented in FAR subpart 36.6. The Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. Firms must be capable of performing construction management services (CMS) for the National Geospatial Intelligence Agency in the St. Louis Area. This work will include a replacement campus for the 2nd Street facilities known as the Next NGA West (N2W) program. The project is tentatively planned for construction to occur in the FY18 through FY22 timeframe. Efforts under this CMS contract are expected to begin mid FY17. The site has been selected and the new facility will be built in St. Louis, Missouri. The campus complex will/may consist of the following facilities/improvements: a. Secure Analytics Facility (SCIF) (approx 800,000 sf) b. Central Utilities Plant (approx 40,000 sf) c. Structured Parking (approx 1,000,000 sf) d. Visitor Control Center (VCC) (approx 7,300 sf) e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf) f. Associated Site improvements (roads, utilities, landscaping, etc) The construction contract(s) for the main component of theN2W program will be procured using a design-build acquisition method. Other methods of construction acquisition may be utilized for other components of the N2W program. The selected CMS firms will provide construction phase services which may include, but are not limited to the following: • Review and recommendation of approval or disapproval of submittals from the construction contractor as determined by the submittal register (i.e., work plans, health and safety plans, sampling and analysis data, shop drawings, etc.). • Review and response to various requests for information (RFIs) regarding design documents. All requests for information shall be passed through the project manager before being sent to the CMS A-E. • Review of and the provision of comments on Value Engineering Contractor Proposals. • Visit(s) to the project site during the construction period. Should the CMS firm receive any direction or criteria that is not included in this contract that requires additional effort beyond the contract criteria, the Contracting Officer shall be notified in writing describing the change(s) impact on the effort. Some task orders may require the CMS firm to receive, process, and store classified information at the SECRET level. For those task orders, CMS firms are required to employ staff with a SECRET clearance or be capable of obtaining a SECRET clearance, qualified to perform the anticipated project work as well as access to a Defense Security System (DSS) certified computer system. Additionally, some tasks may require a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. To be considered a small business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. If the respondent's average revenue for the last three fiscal years is over $15,000,000.00 the respondent is not considered a Small Business. If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employee's office location rather than the location of work. To be eligible for contract award, a firm must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. Additionally, as outlined in FAR Part 22.1303, covered firms must complete their VETS- 4212 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. ADDITIONAL PROJECT INFORMATION Prior experience in the following areas is required: a. Specialized Experience and Technical Competence: (1)Experience providing Construction Management Services as a prime contractor on construction projects similar to N2W. Consideration for project similarity will include: - Facility size (500,000 SF excluding warehouse type infrastructures and parking structures) - Facility type (facility with mission critical IT systems and redundant power, cooling and utilities) - Secure Compartmental Information Facility (SCIF) Facilities or similar level of security constraint (narrative must describe how it is similar) for significant portion (at least 25%) of the facility). - Sustainably certified projects (or projects in the process of obtaining certification) in accordance with: LEED Gold, Net-Zero, ASHRAE 189.1 high-performing building, or other industry-recognized sustainability rating system. (2) Experience working on projects requiring secret or TS/SCI clearance. b. Professional Qualifications Professional qualifications in the following key disciplines: Civil Engineer, Electrical Engineer, Mechanical Engineer, Structural Engineer, Architect, BICSI Certified ITS Professional. A bachelor's degree, professional registration and certification as a professional engineer and/or architect. c. Knowledge of the locality Knowledge of local conditions within Missouri and Illinois, especially the greater St. Louis area specifically regarding climatic conditions and local construction methods including geotechnical considerations. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE IF YOUR COMPANY HAS RECENT EXPERIENCE similar to that MENTIONED IN THE ABOVE SCOPE OF WORK: PLEASE PROVIDE THE INFORMATION REQUESTED BELOW BY EMAIL TO: christina.m.kidwell@usace.army.mil by 10:00 a.m. Central Standard Time (CST) Friday, December 2nd, 2016. There is no preferred format for the requested information. 1. Description of up to five (5) five similar projects completed by your company as a prime contractor within the past seven (7) years, including as much of the following information as possible: (a) Dollar amount of the contract; (b) Brief description of the technical requirements of that project; (c) A description of the work that was self-performed; (d) Indication of how long the services took to complete from start to finish; (e) Name, address, point of contact and phone number of customer organization for which the work was done. 2. Firm's business size and, if applicable, small business category: Large Business, Small Business, (Section 8(a), Historically Underutilized Business Zones (HubZone), Women Owned, Service Disabled Veteran Owned (SDVOSB), etc. 3. Firm's Joint Venture information, if applicable - existing and potential. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is at the discretion of the Government. Contracting Office Address: USACE Kansas City District ATTN: CENWK-CT, 635 Federal Building 601 East 12th Street Kansas City, MO 64106-2896 Potential Place of Performance: NGA/N2W Integrated Program Office St. Louis, Missouri Point of Contact(s): SFC Christina Kidwell christina.m.kidwell@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-R-7001/listing.html)
 
Place of Performance
Address: Saint Louis, Missouri, 63118, United States
Zip Code: 63118
 
Record
SN04329602-W 20161118/161116234634-1d41852d496c0125ebca9b095b8e9c5f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.