Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOLICITATION NOTICE

C -- Planning And Design Of Advanced Research Center (Arc) A.K.A. Ammunition, Explosives, Toxics Center (Aec), Picatinny Arsenal, New Jersey

Notice Date
2/19/2025 9:55:39 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25R0008
 
Response Due
3/17/2025 11:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Mohenda R. Surage, Phone: 9177908088, Nicholas P. Emanuel
 
E-Mail Address
mohenda.r.surage@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(mohenda.r.surage@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for site investigation, concept design, final design (option), and construction phase services (option) for the subject project. North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $25,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in July 2025 and design completed by August 2027. A-E contract price is estimated to be less than $10,000,000. If a large business is selected for this contract, it must comply with FAR 52.219 -9 �Small Business Subcontracting Plan� regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. This action will be subject to FAR Clause 52.219-14 �Limitations of Subcontracting.� For the purposes of this solicitation, this acquisition is to be considered a service and as such, the government will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50% subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50% limitation shall apply only to the service portion of the contract; The subcontracting goals for the New York District which will be considered in the negotiation of this contract are: (1) at least 25%, but no more than 49% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 5 % of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 3% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3% of a contractor's intended subcontract amount be placed with veteran-owned SB; and (6) at least 3% of a contractor's intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must register for an Unique Entity ID, a 12-character alphanumeric ID assigned to an entity by SAM.gov. New entities can get their Unique Entity ID at SAM.gov and complete an entity registration. 2. PROJECT INFORMATION: The scope includes the full design services for construction of the Advanced Research Center (ARC) A.K.A. Ammunition, Explosives, Toxics Center (AEC) at Picatinny Arsenal, NJ, 1500 Area. The facilities will be a complex of multiple structures and will be used for advanced research and characterization of insensitive munitions and detonation physics. The facilities will include administrative space with private and open offices, office support, conference rooms, storage, energetics laboratories, intentional detonation chambers and associated equipment, control room(s), energetics preparation and conditioning room(s), loading/staging area(s), magazine(s), and restrooms. The facilities will be used for full-scale insensitive munitions experimentation. The facilities will incorporate the newest technology, equipment, instrumentation, and photographic technologies to extract useful information from munitions experiments. The following is an overall summary description of the construction work for the project: demolition, abatement of hazardous/contaminated material, concrete, masonry, metals, woods, plastics, composites, thermal and moisture protection, openings, finishes, specialties, equipment, furnishings, special construction, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, earthwork, exterior improvements, utilities, geothermal and solar energy systems. Cybersecurity measures, Electronic Security Systems, Intrusion Detection Systems, Energy Management and Control Systems (EMCS), building information systems, and fire alarm and protection systems will be included. Supporting facilities include privatized utility connections (water, wastewater/sanitary, electrical, gas), storm drainage, walks, curbs and gutters, landscaping, and site improvements. Comprehensive building and furnishings related interior design services are required. The Army intends to have the respective Utilities Privatization System Owners, American Water, New Jersey Natural Gas (NJNG), Sussex Rural Electric Company (SREC) make and own the necessary connections up to the facility service disconnect or other defined point of demarcation. This project will be designed for accessibility and usability by individuals with disabilities to the extent applicable. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Where applicable, sustainable principles, to include life cycle cost effective practices, will be integrated into the design, development and construction of the project and will follow the guidance detailed in the Army Sustainable Design and Development Policy - complying with all applicable laws and executive orders. Other A-E services to be included in the anticipated contract are blast containment design, blast modeling and analysis to meet UFC 3-340-02 and DESR 6055.09 requirements, pressure modeling, possible finite element analysis modeling verification and validation, cost estimating, commissioning, environmental services, wetland delineation, surveying, site visits, geotechnical investigations, sustainability/LEED consulting, acoustical consulting, value engineering, support during the construction acquisition phase, construction support services, modeling, rendering, and photography. The contract will require accomplishment of site investigation work. The contract will require preparation of parametric design considered to be 5 � 15 percent of the total design effort. The contract will require preparation of concept design considered to be 35 percent of the total design effort. As an option, the contract will require preparation of 60%, 90%, and final 100% designs. As an option, the contract will require delivery of construction phase AE services. The estimated construction cost of this project is approximately $80,000,000. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES) � Second Generation (MII). The contractor shall be responsible for accomplishing designs and preparing drawings using Advanced Modeling and delivering the three-dimensional drawings in Autodesk Revit and Autodesk Civil 3D software. The Government will only accept the final product for full operation, without conversion or reformatting, in the target Advanced Modeling software format, and on the target platform specified herein. Drawings shall be compliant with the current A/E/C CAD standard available from the CAD/BIM Technology Center, Engineer Research and Development Center. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance (first by major criterion and then by each sub- criterion). Criteria a-e are primary. Criteria f-g are secondary and will only be used as ""tie-breakers"" among firms that are essentially technically equal. a. Submit no more than ten projects which demonstrate specialized experience and technical competence in design of facilities similar to the project described herein. Submitted projects should have a construction cost of at least $30,000,000. All Submitted projects should be construction complete and have a completion date no earlier than February 2015. On all example projects, the government may consider the following strengths for evaluation purposes: (1) Design of facilities used for repeated blast containment in accordance with UFC 3-340-02 including blast-resistant design and analysis, explosive loading and response calculations, and design of reinforced concrete, steel, and other materials to resist blast effects such as fragmentation and spalling. (2) Experience producing designs in compliance with DESR 6055.09. (3) Experience producing designs in compliance with ICD 705. (4) Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of healthy, safe, and productive work environments; and employing the LEED evaluation and certification methods. (5) Experience of the prime firm and significant subconsultants, particularly the cost engineering firm, the geotechnical drilling firm, and the asbestos/lead/PCB/HAZMAT consulting firm, in working together. b. Qualified professional personnel in the following key disciplines: Project Manager (P.E. or R.A. required) Quality Assurance Manager (P.E. or R.A. required) Architecture (R.A. required) Structural Engineering (P.E. required) Structural Engineering Blast Resistant Design Subject Matter Expert (P.E. required) Civil Engineering (P.E. required) Mechanical Engineering (P.E. required) Electrical Engineering (P.E. required) Fire Protection Engineering (P.E. required) Cost Engineering (P.E. required. Those with CCP/CPE certification will be considered a strength) Geotechnical Engineering (P.E. required) Certified Industrial Hygienist (CIH required) Asbestos/lead/PCB/HAZMAT Investigator Licensed Interior Designer (NCIDQ or state license required) Land Surveyor (P.L.S. required) Anti-Terrorism/Force Protection Specialist (P.E. required) Blast/Explosives Safety Engineering Environmental Engineering (P.E. required) Lead Commissioning Specialist (P.E and at least one of the following: a NEBB qualified Systems Commissioning Administrator (SCA); ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); ASHRAE Commissioning Process Management Professional (CPMP)) Certified Value Specialist (CVS required) Telecommunications Engineering (RCCD required) Electronic Security Engineering (P.E. required) Master Planner (P.E. or R.A. required) Construction Project Scheduler Experienced with Primavera P6 LEED Accredited Professional (P.E. or R.A. Required) The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The civil engineer, asbestos/lead/PCB/HAZMAT consultant and land surveyor must be registered to practice in New Jersey. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. c. Past performance on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS and other sources. d. Capacity to complete the design within two years, potentially on an expedited schedule. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. Knowledge of design of foundations bearing on glacial deposits including till, stratified sediments and other bedrock, design of building systems for mixed-humid, and cold climate zones, knowledge and experience with local and state permitting in the Picatinny Arsenal area, in particular New Jersey Department of Environmental Protection (NJDEP) permitting procedures and requirements. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit SF 330 Part I and SF 330 Part II for the prime firm and all consultants, to stephen.dibari@usace.army.mil not later than 11:59 PM EST on the response date indicated above. The SF 330 can be found by searching for SF330 on the following GSA website: https://www.gsa.gov/forms The SF 330 Part I shall not exceed 100 pages (PDF formatted to 8.5� x 11� page size), including no more than 50 pages for Section E. Use no smaller than 12 font type. The total size of all documents submitted cannot be greater than 35MB. Individual emails can be no greater than 20MB. If files are larger than 20MB please break up the file into smaller separate files. If you are sending multiple emails, the last email must be received prior to the response date deadline listed above. Neither facsimile nor paper hardcopy transmissions will be accepted. The firm is encouraged, but not required, to include their SAM.gov-assigned Unique Entity ID number in SF 330, Part I, Section H. In Section H describe the firm's overall Design Quality Management Plan (DQMP). A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award but is not required with this submission. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Supplemental information on the SF 330 is posted on the NY District USACE website: https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ The most highly qualified firms will be interviewed. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The Government intends to notify interested firms of the selection or non-selection decision by April 2025. Point of Contact Stephen DiBari, P.E. A-E Contract Administrator/T.M. Email your questions to US Army Engineer District, New York at: stephen.dibari@usace.army.mil Place of Performance Picatinny Arsenal, New Jersey
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f2fad5b7126d47d3b61e9d36b23e2d9a/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ, USA
Country: USA
 
Record
SN07346339-F 20250221/250219230031 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.