Search Contract Opportunities

Sources Sought for the Commissioning Contract for the National Geospatial-Intelligence Agency Next NGA West Campus (N2W)   3

ID: W912DQ-16-R-4001 • Type: Sources Sought

Description

The following Sources Sought announcement is posted on an unrestricted basis and both small and large businesses are eligible to respond. This announcement is to seek market research information on businesses with the capability of providing the services described in the below scope of work. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. This notice is a market research tool used for planning purposes only to determine the availability of capable contractors able to do the following:
The Commissioning (CX) contract is required to support the planning, design, construction, and operation of a replacement campus for the National Geospatial Intelligence Agency's (NGA) 2nd Street St. Louis facilities. The project has been designated Next NGA West (N2W). One indefinite delivery contract (IDC) will be negotiated and awarded, with a base ordering period of five years and one option for two additional years. The total value of all task orders issued under this contract will not exceed $9,500,000. There is no limit on the value of individual task orders. Work will be issued by negotiated firm-fixed-price task orders. Award of the contract is anticipated in early FY16.
The anticipated contract, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6. A Firm will be selected for negotiation based on demonstrated competence and qualifications for all of the required work.
Firms must be capable of performing work to support the planning, design, construction and operation of facilities for the National Geospatial Intelligence Agency in the St. Louis Area. This work will include a replacement campus for the 2nd Street facilities known as the Next NGA West (N2W) program. The project is tentatively planned for construction to occur in the FY18 through FY22 timeframe. Efforts under this CX contract are expected to begin early FY16. The site has not been selected but will be in Missouri or Illinois. The campus complex will/may consist of the following facilities/improvements:
a. Secure Analytics Facility (SCIF) (approx 800,000 sf)
b. Central Utilities Plant (approx 40,000 sf)
c. Structured Parking (approx 1,000,000 sf)
d. Visitor Control Center (VCC) (approx 7,300 sf)
e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf)
f. Associated Site improvements (roads, utilities, landscaping, etc)
The selected CX firm will serve as the Commissioning Authority (CxA) for the N2W Program. The acquisition strategy for the associated construction contract(s) for the N2W program has not been finalized. However, strategies which offer maximum opportunity for early collaboration between the construction contractor and the design team are anticipated, and will require the design team to produce 100% plans and specifications under one or more task orders. The design team may also be asked to provide design-build bridging documents for some of the ancillary N2W facilities. This CX contract will apply to all N2W facilities regardless of the selected construction procurement method.
The CxA effort will span the entire life of the N2W project. The work may include:
* developing and maintaining the Owner's Project Requirements (OPR),
* participating in Programming efforts led by the AE,
* developing CX requirements for construction documents,
* developing the CX plan, Systems Manual Structure, Construction Checklist Requirements
* design reviews,
* developing test procedures
* reviewing and verifying the Systems Manual and Construction Checklists
* directing and verifying functional performance tests during construction
* maintaining issues logs and ensuring resolution of issues
* directing and verifying seasonal tests after occupancy
* coordinating warranty review
* conducting lessons learned workshops
* developing continuous commissioning program for N2W
Some task orders may require the CxA to receive, process, and store classified information at the SECRET level. For those task orders, CX firms are required to employ staff with a SECRET clearance or capable of obtaining a SECRET clearance, qualified to perform the anticipated project work as well as access to a Defense Security System (DSS) certified computer system. Additionally, some tasks may require a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance.
The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. To be considered a Small Business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. If the respondent's average revenue for the last three fiscal years is over $15,000,000.00 the respondent is not considered a Small Business.
If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
ADDITIONAL PROJECT INFORMATION
Prior experience in the following areas is required:
(1) Commissioning of projects similar in nature to N2W that meet the following criteria:
* Commissioning of all systems to include enclosure - Total Building Commissioning
* Full commissioning effort from project beginning to end
* Projects at least 500,000 square feet (excluding parking structures)
* Mission-critical facilities
* SCIF Facilities
* Demonstrably sustainable projects that meet the requirements of at least one of: LEED Gold, Net-Zero, ASHRAE 189.1 high-performing building
(2) Certification as a commissioning provider by the Building Commissioning Association (BCxA) or full membership in the AABC Commissioning Group (ACG).
(3) Experience establishing quote mark Continuous Commissioning quote mark Programs for large/complex facilities.
(4) Experience working on projects requiring secret or TS/SCI clearance.
HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE
IF YOUR COMPANY HAS RECENT EXPERIENCE similar to that MENTIONED IN THE ABOVE SCOPE OF WORK PLEASE RESPOND TO THE INFORMATION BELOW BY EMAIL TO:
jay.b.denker@usace.army.mil by 10:00 a.m. Central Standard Time (CST) Friday, August 28, 2015.
1. Description of up to five (5) five similar projects completed by your company as a prime contractor within the past seven (7) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) a description of the work that was self-performed; (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization for which the work was done.
2. Firm's business size and, if applicable, small business category: Large Business, Small Business, (Section 8(a), Historically Underutilized Business Zones (HubZone), Women Owned, Service Disabled Veteran Owned (SDVOSB), etc.
3. Firm's Joint Venture information, if applicable - existing and potential.
The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is at the discretion of the Government.

Overview

Response Deadline
Aug. 28, 2015, 1:00 a.m. EDT Past Due
Posted
Aug. 12, 2015, 7:35 a.m. EDT
Set Aside
None
Place of Performance
USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO 64106-2896 US
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
30%
Vehicle Type
Indefinite Delivery Contract
On 8/12/15 USACE Kansas City District issued Sources Sought W912DQ-16-R-4001 for Sources Sought for the Commissioning Contract for the National Geospatial-Intelligence Agency Next NGA West Campus (N2W) due 8/28/15. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Name
Jay Denker, 816-389-3934 USACE District, Kansas City
Email
Phone
None

Secondary Contact

Name
None   Profile
Phone
None

Documents

Posted documents for Sources Sought W912DQ-16-R-4001

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DQ-16-R-4001

Award Notifications

Agency published notification of awards for Sources Sought W912DQ-16-R-4001

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W912DQ-16-R-4001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DQ-16-R-4001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DQ-16-R-4001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
Oct. 11, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 11, 2015