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

Y -- Architectural-Engineering (A-E) Services to provide Design and Construction-phase services for the approximately 161,000 GSF Advanced Compound Semiconductor Laboratory/Microelectronics Integration Facility (CSL-MIF) at Hanscom Air Force Base, Bedford, MA

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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0001
 
Archive Date
12/22/2016
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a Sources Sought announcement to determine availability and capability of potential Architect-Engineer (A-E) contractors. It is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, New England District desires to identify contractors capable of providing Design and Construction-phase services for the approximately 161,000 GSF Advanced Compound Semiconductor Laboratory/Microelectronics Integration Facility (CSL-MIF) project utilized by Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) at the Hanscom Air Force Base (HAFB), Bedford, MA. This is a Military Construction-Air Force project currently programmed for construction in Fiscal Year 2019 with an estimated construction cost between $150,000,000 and $200,000,000. Additional information on the project is provided below. The NAICS code for this procurement is 541330 (size standard $15,000,000). Design Work is expected to begin in November 2017 and be completed in about 18 months. The value of the A-E contract is estimated to be between $10,000,000 and $15,000,000. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity for the respective projects. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time. Project Information:: MIT LL is a federally funded research and development center chartered to apply advanced technology to problems of national security. The Advanced CSL-MIF building consists of new laboratory and office space which includes a Clean Room complex for use by the Advanced Technologies Division of MIT LL. Proposed space allocation within the building includes: Compound Semiconductor Clean Rooms = 90,000 GSF; Microsystem Integration Facility Clean Rooms = 52,638 GSF; Building Support = 12,000 GSF; and Physical Plant = 7,000 GSF. The intent of the CSL is to consolidate MIT LL's existing compound semiconductor materials growth, fabrication and characterization facilities to enable multi-wavelength sources, large format multi-wavelength detector arrays, radio frequency electronics, high-power electronics, and integrated photonics. The intent of the MIF is to consolidate and enhance MIT LL's facilities for the fabrication, and packaging of specialized advanced electronic prototypes. The Advanced CSL-MIF is anticipated to be 3 stories and constructed using concrete foundations, steel or reinforced concrete superstructure, masonry infill walls, and energy efficient roofing. Specialized construction requirements include large and sophisticated clean rooms for microprocessor development and experimentation; 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. Site improvements will include access roads, replacement parking, utilities, landscaping, and all other work necessary to make this a complete and usable project. Facilities will be designed as permanent construction in accordance with the 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 and sustainability principles in accordance with UFC 1-200-02, High Performance and Sustainable Building Requirements. Responses: In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following: 1) business classification (i.e. small business), 2) project overview and description for up to three (3) sample design projects for complex, large scale, research and development laboratory and/or fabrication facilities - ideally in the field of microelectronics that are comparable in scale and complexity to the project described above that were designed within the past ten (10) years. The project overviews shall include a synopsis of the project including photos, month/year the firm's design work started and completed; total contract value of the firm's design work specifically; physical size of the designed facility; construction cost as applicable.; and customer point-of-contact; 3) a table indicating whether the sample projects included any of the following Advanced CSL/MIF project elements: a) large and sophisticated clean rooms (whether for microprocessor development and experimentation or other applications) b) associated complex HVAC and electrical requirements; c) secure communications areas; d) hazardous, toxic, and corrosive process liquid and gas storage, transport, distribution and associated waste collection systems; e) a structural and foundation system that minimizes vibrations and noise in the lab space, f) compliance with DoD antiterrorism/force protection requirements per UFC 4-010-01; g) compliance with federal and DoD sustainability and energy reduction policies per UFC 1-200-02 (to the extent applicable at that time); and h) Use of Building Information Modeling. If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above. Responses should be limited to thirty pages but 11x17 pages can be used for the project overview. Responses are due December 7th, 2016. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Alysha MacDonald. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. Interested firms shall provide the above documentation in one original form and one copy. This sources sought announcement is not to be construed as a commitment by the Government. The Government will not pay for any material provided in response to this market survey nor return the data provided. This 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. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-17-X-0001/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
Zip Code: 01742-2751
 
Record
SN04329997-W 20161118/161116234945-1e49be58d406b5894f88aac1ca2c43c0 (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.