SOURCES SOUGHT
C -- A-E Design Services for Weapons Generation Facility
- Notice Date
- 6/9/2020 3:56:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F20SM016
- Response Due
- 7/1/2020 10:00:00 AM
- Archive Date
- 07/16/2020
- Point of Contact
- Melissa Harlon, Phone: 4029952716, Ann Therese Young, Phone: 4029952667
- E-Mail Address
-
melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil
(melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil)
- Description
- This is a Sources Sought Notice and is for market research purposes only. �THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID.� NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify Architect-Engineer (A-E) firms (Small Businesses and Other-than-Small Businesses) that have the knowledge, skills and capability to perform the work concerning the potential project described below. �The Government will use the responses from this sources sought announcement to make appropriate acquisition decisions for this project. PROJECT DESCRIPTION: � The requirement is for A-E design services for the complete design through construction award of a Weapons Generation Facility (WGF) to grant nuclear capability at Ellsworth Air Force Base (AFB), South Dakota.� The WGF will be approximately 4,850 Square Meters (52,210 Square Feet).� A reinforced concrete facility that places all nuclear maintenance and storage operations in a single facility to minimize the effects of weather in operations, improve operational security (OPSEC) and increase security posture.� WGFs are single hardened facilities within a protective zone.� Backup generators are a requirement for the facility for the critical operations in the facility.� Nuclear certified hoists and cranes are also required to perform asset handling and maintenance functions. This project meets applicable criteria/scope specified in Air Force Manual 32-1084 - Facility Requirements.� This project will comply with Department of Defense (DoD) S-5210.41M.� Ammunitions and Explosives Safety Standards will comply with DoD Manual 6055.09 Vol 2.� All construction will meet requirements for essential facility system nuclear design certification per Air Force Manuals (AFMAN) 91-118, AFMAN 91-119, and Facilities Criteria 04-420-07F.� The project storage, maintenance and admin area will comply with DoD physical security of sensitive conventional arms, ammunition, and explosives per DoD 5100.76-M.� The design shall conform to criteria established in the Air Force Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no Air Force standard facility design for this project, and there is no applicable standard design from Air Force Civil Engineer Center. The A-E will be required to have Secret level security clearances requirement for the discipline leads that would be accessing classified information or making site visits. The design, shall be treated as Unclassified Controlled Nuclear Information (UCNI) as described under section 148 of the Atomic Energy Act.� UCNI is controlled information on a need to know basis and must be controlled and labeled accordingly.� Design drawings cannot be transmitted via unencrypted email. As per DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $100,000,000.00 and $250,000,000.00. SUBMISSION DETAILS: All interested, capable, qualified (under NAICS code 541330) and responsive contractors are encouraged to reply to this market survey request. �Interested A-E Firms ONLY should submit a narrative demonstrating their experience in design projects of similar nature as described above. �Narratives shall be no longer than 10 pages. �Email responses are required. Please include the following information in your response/narrative: - Firm�s name, address, and point of contact, with (h)er/is phone number and email address; - CAGE Code and DUNS number; - Business size to include any official teaming arrangements as a partnership or joint venture; - Summary of �at least three (3) similar design projects and state whether you were the Prime or Subcontractor; - Project references (including owner with phone number and email address) - Include in each summary the project experience as it relates to any of the following aspects: --Physical security systems -- Intelligence Community Directive (ICD)-705 standards --Cold weather Construction Practices --Initial Nuclear Surety Inspection (INSI) practices (timelines and material qualifications) --Explosive-sited facilities --Lightning Protection Systems (LPS) (to include an LPS certified designer) --Classified projects or installations where members of the firm held a minimum of a secret security clearance at time of project execution; --Experience with DoD Nuclear facilities to include the ability to perform comprehensive on-site security engineering and vulnerability assessment surveys for antiterrorism/force protection to determine threats and vulnerabilities for critical facilities and individual assets; Responses will be shared with the Government and the project management team, but otherwise will be held in strict confidence. Responses are to be sent via email to Melissa.r.harlon@usace.army.mil� and courtesy copy Ann.T.Young@usace.army.mil no later than 12:00 p.m. CST, 1 July 2020.� Please include the Sources Sought Notice Identification Number in the Subject line of the email submission.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/37739e028c88448c932b3649eea08ed0/view)
- Place of Performance
- Address: Ellsworth AFB, SD 57706, USA
- Zip Code: 57706
- Country: USA
- Zip Code: 57706
- Record
- SN05685124-F 20200611/200609230146 (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 |