SOURCES SOUGHT
C -- JOINT REGIONAL CONFINEMENT FACILITY
- Notice Date
- 2/15/2017
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-61147MMM
- Archive Date
- 3/10/2017
- Point of Contact
- Debbie Knickerbocker, Phone: 206-764-6804, Michael Miyagi, Phone: 206-764-3266
- E-Mail Address
-
debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, michael.m.miyagi2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Range of $1 - $5 million Description: A-E Services to Prepare a Design-Build Request for Proposal (RFP) for Joint Regional Confinement Facility at Joint Base Lewis-McChord (JBLM) a. This is a Sources Sought announcement only, No proposals are being requested or accepted with this synopsis. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. b. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architecture-Engineering (A-E) firms who have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 541310, Architectural Services. The total monetary capacity for the contract has a range between $1,000,000 and $5,000,000. d. The U.S. Army Corps of Engineers (USACE), Seattle District (NWS) intends to procure A-E services to support the design and construction of a Joint Regional Confinement Facility (JRCF) located at Joint Base Lewis-McChord (JBLM). This is a FY2018 military construction project, The JRCF will replace the existing confinement facility with new facilities meeting Army Corrections System (ACS) Level II (pretrial confinement and minimum/medium security) criteria and complying with American Corrections Association (ACA) standards, Army policy, Department of Defense criteria, and Executive Orders, and other applicable laws and regulations. Facilities include the confinement facility (capacity, 150 people), vocational facilities, and integrated perimeter security connected to the existing JBLM energy monitoring and control systems (EMCS), intrusion detection system (IDS), mass notification system, fire alarm and protection system, and electronic security. e. A-E services may include, but are not limited to: 1) Preparing a Design-Build Request for Proposal (DB-RFP) deliverable for the JRCF. This will include performing the design charrette through preparation of a site and facility design to the 35% completion level (drawings, specifications, furniture, fixtures and equipment (FF&E) coordination, coordination of specialized equipment funded by non-MILCON accounts, and preparation of a comprehensive design analysis). 2) Conducting multiple concurrent site investigations and studies of the project site, including: (a) Surveying of the property for local horizontal/vertical site control, topography, subsurface utility locates, and subsurface utility engineering (existing facility conditions, capacity, and upgrade/replacement recommendations). (b) Site investigations, sampling, and laboratory analyses to assess: (i) Agricultural and hazardous, toxic, radiological, and waste (HTRW) characteristics of near-surface soil, assessing impacts of past site use (historic releases, contamination from airborne smelter emissions) and future development (agricultural use and other training programs). (ii) Hazardous materials surveying of structures, utilities, and other existing site improvements designated for demolition and removal, relocation, renovation, or alteration. (iii) Geotechnical soil and groundwater conditions for structures, pavements, and subsurface utility construction. (c) Cyber security, physical security, force protection and detention system evaluations, criteria development, and planning for concurrent D/B activities required by the new JRCF, continued operation of the existing confinement facilities during construction (including provision of temporary facilities) and transition planning supporting migration from existing to new facilities. 3) Other engineering and design services as required by the USACE-prepared statement of work, including: (a) Current Working Estimates throughout the project development; (b) Value Engineering (V-E) Study; (c) Comprehensive Independent Total Building Commissioning (independent commissioning authority) planning and support (ASHRAE 189.1 (2011), section 10.3.1.2 and UFC 1-200-02); (d) USACE sustainable design objectives; (e) Design and construction schedule analysis and support services; and, (f) Technical support during the Solicitation, Award, and post-award periods, and support to USACE during the design/build construction period of performance, including: submittal reviews, requests for information, evaluation of proposed design changes and deficiencies, and contract modifications and claims management. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A PROPOSED SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. No Solicitation is currently available. The responses to this Sources Sought will help to shape the acquisition strategy in developing a competitive requirement. SUBMISSION REQUIREMENTS: Place of Performance: Washington State Response Information: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type. 2) Business classification; i.e. Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other. 3) Three to five (3 to 5) examples of similar past projects as the Prime Contractor, emphasizing experience and capabilities in order of important (most to least): (a) Prime experience in team integration and management of specialty subconsultant A-Es to deliver unique military projects of similar scale and complexity. (b) Army-specific Design/Build RFP experience and successful support of D/B project delivery as the Government's technical resource. (c) Experience with confinement facility-related specialties such as electronic security and detention systems; institutional food service, supply and distribution systems; and anti-terrorism/force protection and confinement standards. 4) Cage code and DUNS number of your firm. 5) Firm's Joint Venture Information (if applicable). 6) Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. Small Businesses are invited to respond.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-61147MMM/listing.html)
- Place of Performance
- Address: Joint Base Lewis-McChord (JBLM), Washington, United States
- Record
- SN04403863-W 20170217/170215234825-78d1061eb8aae02148fafd7355630822 (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 |