Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SPECIAL NOTICE

Y -- Construction of a new Compound Semiconductor Lab/Microsystem Integration Facility (CSL/MIF) for MIT Lincoln Laboratory (MIT LL) located at Hanscom Air Force Base (HAFB) in Lexington, Massachusetts

Notice Date
2/23/2021 9:32:17 AM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ21R0007
 
Response Due
3/25/2021 11:00:00 AM
 
Archive Date
05/01/2021
 
Point of Contact
Elizabeth Glasgow, Phone: 9783188671, Erin E. Bradley, Phone: 9783188195
 
E-Mail Address
Elizabeth.K.Glasgow@usace.army.mil, erin.e.bradley@usace.army.mil
(Elizabeth.K.Glasgow@usace.army.mil, erin.e.bradley@usace.army.mil)
 
Description
ANNOUNCEMENT This is a PREQUALIFICATION OF SOURCES announcement, issued in accordance with DFARS 236.272 and the U.S. Army Corps of Engineers Acquisition Instruction (UAI) 5136.272. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Respondents will be notified of the results of the prequalification process. The U.S. Army Corps of Engineers (USACE), New England District is seeking to prequalify sources for Solicitation W912WJ21R0007, Construction of a new Compound Semiconductor Lab/Microsystem Integration Facility (CSL/MIF) for MIT Lincoln Laboratory (MIT LL) located at Hanscom Air Force Base (HAFB) in Lexington, Massachusetts. BACKGROUND The Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) is a Federally Funded Research and Development Center (FFRDC) chartered to apply advanced technology to problems of national security. The Advanced Compound Semiconductor Laboratory and Microsystems Integration Facility (CSL-MIF) building is a Military Construction-Air Force (MCAF) project programmed for construction in Fiscal Year 2019 but is currently projected to be constructed in Fiscal Year 2022. The project scope of work includes the construction of a new Advanced Compound Semiconductor Laboratory and Microsystems Integration Facility on the MIT LL campus, which is located on Hanscom Air Force Base (HAFB), Lexington, Massachusetts. The CSL-MIF consists of approximately 162,000 gross square feet (GSF) of new laboratory and office space which includes a Clean Room complex for use by the Advanced Technologies Division of MIT LL. The intent of the CSL is to consolidate MIT LL�s existing compound semiconductor materials growth, fabrication and characterization facilities. The intent of the MIF is to consolidate and enhance MIT LL�s facilities for the fabrication and packaging of specialized advanced electronic prototypes. These changes are necessary to effectively and efficiently ensure MIT LL can continue to apply advanced technology to problems of national security throughout the 21st Century. The building is anticipated to be three levels, and constructed using concrete foundations, a steel and reinforced concrete superstructure and energy efficient building systems, envelope, and roofing. The new building will be connected to other MIT LL buildings via a pedestrian connector bridge as part of this project. Specialized construction requirements include large and sophisticated clean rooms for microprocessor development and experimentation (the total cleanroom area under filter is approximately 35,000 net square feet, designed to Federal Standard (FED STD) 209E Class 10/International Organization for Standardization (ISO) Class 4 standards); associated complex HVAC and electrical requirements; secure communications areas; hazardous, toxic, and corrosive process liquid and gas storage, transport, distribution and associated waste collection systems; and a structural and foundation system that minimizes vibrations and noise in the lab space. The facility will be constructed to meet Institute of Environmental Sciences and Technology (IEST) standards for vibration control (VC) to VC-C/D with select portions to VC-E. Required support process utilities include the following: Equipment Cooling Water (ECW), Clean Dry Air (CDA), Three (3) grades of gaseous nitrogen (N2), liquid nitrogen (LN2),� Process Vacuum (PVAC), Ultra-Pure Water � semiconductor grade (UPW), 120/208/480V single-phase and three-phase power with UPS, liquid waste treatment (pH adjustment), and abatement of hazardous exhaust streams. Site improvements will include expansion of the main chiller plant, providing a new feed from the main electrical distribution plant, access roads, relocation of existing utilities and new utility connections, landscaping, and all other work necessary to make this a complete and usable facility. Facilities are being designed as permanent construction in accordance with the Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01, sustainability principles in accordance with UFC 1-200-02, and High Performance and Sustainable Building Requirements. Note that installation of laboratory-owned equipment and high-value tool sets will be completed by others. The contractor will be required to comply with all installation security requirements for personnel, vehicle access, and deliveries of materials. The specific requirements will be identified and included into the solicitation. Sources will be prequalified in accordance with DFARS 236.272. Under these procedures, Offerors will be required to submit information addressing information and other prequalification criteria. The Government will evaluate the prequalification information to determine a list of prequalified Offerors to which the Request for Proposal (RFP) will be sent. Following Prequalification procedures, qualified Offerors will be invited to submit proposals for the Source Selection Phase, which will be conducted as a best value trade-off procurement. Please note that nongovernment advisors from MIT Lincoln Labs may be used to assist and provide input regarding the evaluation. MIT Lincoln Labs employees will be advisors only, they will not be voting members of the Evaluation board. Offerors MUST enter into a non-disclosure agreement with MIT Lincoln Laboratory if determined qualified for the solicitation phase. The solicitation will require offerors include a statement indicating consent to allow access to the proprietary data contained in their proposal to employees of MIT Lincoln Laboratory who are acting as advisors to the Government for this procurement, in accordance with FAR 9.505-4(b). Past performance information will not be released to any nongovernment advisors. DOCUMENTATION REQUIREMENTS Each potential offeror shall submit up to two (2) projects that demonstrate: Management of the construction of microelectronics projects with cleanroom spaces with construction costs of $125M or more. Experience constructing microelectronic facilities with a minimum of 5,000 square feet of Federal Standard (FED STD) 209E Class 100 or ISO Class 5 clean rooms. Each project must have been completed within the past twelve (12) years, as of the issue date for the prequalification RFI, to be considered recent. Each project must have been completed within the past twelve (12) years, as of the issue date for the prequalification RFI, to be considered recent. When determining the acceptability of projects submitted for experience, the role performed by the potential offeror or its subcontractor will be considered for consistency with the proposed role to be performed by the potential offeror or subcontractor on the CSL-MIF project. Therefore, potential offerors must identify the role to be played by a subcontractor in its response to get �credit� for the experience of that subcontractor. For each project, potential offerors should submit experience information as follows: A narrative of the project that clearly describes the scope of work performed, and the relevancy to, the project requirements as described in the prequalification RFI. (i.e., unique features, area, construction methods, etc.). At least one project shall be provided for the potential prime offeror (the entity that will sign an SF 1442 if chosen as qualified). If the potential offeror is a Joint Venture (JV), recent and relevant project experience shall be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have experience, such projects shall be submitted for each Joint Venture partner. The Government must be confident that the potential offerors determined qualified through the experience of partners or subcontractors will have those entities available in the proposal phase. Potential offerors must submit a signed copy of their current joint venture agreement, partnership agreement, teaming agreement, approved mentor-prot�g� agreement, or letter of commitment for each member of the potential offeror's team for which experience is being demonstrated. Failure to provide agreements or letters of commitment, as applicable, may result in an �unqualified� determination. A project is defined as work performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the IDIQ contract should not be submitted as a project; rather, potential offerors should submit the work performed under a task order as a project. TQUALIFICATION REQUIREMENTS: �Experience: All projects submitted, taken together as a whole, must demonstrate BOTH of the following elements for the potential offeror�s experience to be considered qualifying. Each project individually does not need to include both these elements: Management of the construction of microelectronics projects with cleanroom spaces with construction costs of $125M or more. Experience constructing microelectronic facilities with a minimum of 5,000 square feet of Federal Standard (FED STD) 209E Class 100 or ISO Class 5 clean rooms. �Bonding Capability: Additionally, offerors must submit proof of bonding capability. Those potential offerors who cannot demonstrate bonding capacity at or exceeding $125,000,000 will not be considered qualified. SOLICITATION PROCESS 1. Following Prequalification procedures, qualified Offerors will be invited to submit proposals for the Sources Selection Phase, which will be conducted as a best value trade-off. 2. Award will be made to the offeror whose proposal is determined to be the best value to the Government. The solicitation will include the following evaluation criteria: Volume I, Factor 1: Past Performance (The offeror will be required to submit three to five projects that best demonstrate its team�s experience on recent and relevant projects that are similar in scope, complexity, size, and price to the work required under the solicitation.) Volume I, Factor 2: Management Approach (Schedule, Project Controls, and Key Personnel) (The Offeror should submit an organizational chart and narrative description of the Offeror�s planned organizational structure, teaming arrangements, contractual relationships between firms, key personnel, etc.) Volume II, Factor 3: Small Business Participation Document �(The Offeror will be evaluated on the level of proposed participation of U.S. Small Businesses in the performance of the contract.) Volume III, Factor 4: Price Factors 1 and 2 will be of approximately equal importance, and each shall separately be more important than Factor 3. All evaluation factors other than price, when combined, are approximately equal to price. 3. The award of the construction contract will be made using a best value trade-off process in accordance with FAR Part 15, based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-price and price factors. Offerors should note that the award may not necessarily be made to the lowest price offer. PREQUALIFICATION RESPONSES Interested firms shall respond to this Prequalification of Sources announcement no later than 2pm Thursday, March 25, 2021 to be eligible for evaluation of their qualifications. All interested firms must be actively registered at www.sam.gov using NAICS 236220 to be eligible for award of federal contracts. Email your electronic response to Elizabeth Glasgow at Elizabeth.k.Glasgow@usace.army.mil. Responses to this Prequalification of Sources announcement shall not exceed 20 8.5� x 11� pages and shall contain: Certification by the principal of the firm regarding: a. CAGE code, eligibility for federal contract awards, and active registration in SAM. Experience, and Bonding will be evaluated for purposes of meeting prequalification standards. SAM Registration is not a prequalification standard that is passed or failed but will affect notification and eligibility for solicitations under the PSL. REQUESTS FOR INFORMATION Interested parties shall submit questions concerning this announcement via email to the contract specialist at: Elizabeth.K.Glasgow@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/683c6d4ee2f14892a2f58344afc0747c/view)
 
Place of Performance
Address: MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN05923878-F 20210225/210223230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.