New Jersey Bids > Bid Detail

Architect-Engineer (A-E) Services for Ammunition, Explosives, Toxics Center at Picatinny Arsenal, NJ

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159811409727323
Posted Date: Nov 2, 2023
Due Date: Nov 12, 2023
Source: https://sam.gov/opp/2beb5b3640...
Follow
Architect-Engineer (A-E) Services for Ammunition, Explosives, Toxics Center at Picatinny Arsenal, NJ
Active
Contract Opportunity
Notice ID
W912DS24S0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 02, 2023 01:37 pm EDT
  • Original Response Date: Nov 12, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Picatinny Arsenal , NJ
    USA
Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers, New York District is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform planning and design services for the Ammunition, Explosives, Toxics Center at Picatinny Arsenal, NJ



NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE.



1. CONTRACT REQUIREMENT: 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 negotiations based on demonstrated competence and qualifications for all of the required work. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, Engineering Services. The Small Business size standard for this code is $15,000,000.00. 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 revenue for the last three fiscal years is over $15,000,000.00, the respondent is not considered a Small Business. All respondents MUST identify their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran Owned Small Business.



The plan is to select one (1) firm from the anticipated solicitation based on demonstrated competence and qualifications for all the required work. The Government anticipates issuing one (1) firm fixed price contract for an estimated amount of approximately $10,000,000.



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.



2. PROJECT INFORMATION:



The scope includes the full design services for the Ammunition, Explosives, Toxics Center (the facility) at Picatinny Arsenal, 1500 Area. The facility will be used for advanced research and characterization of insensitive munitions and detonation physics. The facility will house energetics laboratories, detonation chambers, control room, energetics preparation and conditioning rooms, office and office support, conference rooms, storage rooms, loading/staging area, magazine, and restrooms. The facility will be used for full-scale insensitive munitions experimentation. The facility will incorporate the newest technology, instrumentation, and photographic technologies to extract useful information from munitions experiments. 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, conveying equipment, fire suppression, plumbing, HVAC, integrated automation, electrical, communications, electronic safety and security, earthwork, exterior improvements, utilities, process integration, material processing/handling equipment, process heating/cooling/drying equipment, process fluid handling/purification/storage equipment, pollution/waste control equipment, geothermal and solar energy systems.





Other A-E services to be included in the anticipated contract are cost estimating, commissioning, environmental services, wetland delineation, surveying, site visits, geotechnical investigations, sustainability/LEED consulting, occupational hygiene consulting, acoustical consulting, value engineering, construction phase services, modeling, rendering, and photography.



3. QUALIFICATIONS: The selected A-E firm must be a U.S. company. The A-E’s team must use only U.S. citizens or U.S. persons (an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. § 1101(a)(20) or who is a protected individual as defined by Title 8 U.S.C. § 1324b (a)(3)). The A-E’s team must be able to obtain visitor registration documents/passes to access Picatinny Arsenal; consult https://home.army.mil/picatinny/about/visitor-information for requirements. All interested firms that meet these requirements are encouraged to respond to this notice.



If interested, each firm may respond by submitting a capability statement which addresses one or more of the following key areas (listed in no particular order):




  1. Experience designing facilities similar to the facility described in this notice.

  2. Experience designing facilities for the U.S. Military Services/Departments or for the U.S. Department of Energy National Laboratories.

  3. Experience with design charrettes for military construction (MILCON) programs.

  4. Experience performing the types of A-E services described in this notice.

  5. Experience with MII software, the second generation of the Micro-Computer Aided Cost Estimating System (MCACES).

  6. Experience with PC Cost (PCC) software.

  7. Experience with SpecsIntact software.

  8. Experience producing an Environmental Assessment (EA) under the National Environmental Policy Act (NEPA).

  9. Experience with Protective Design, i.e. antiterrorism, force protection, hardened structures, security engineering, explosives safety, or chemical/biological/radiological protection.

  10. Experience with Wetlands Permitting through the New Jersey Department of Environmental Protection.

  11. Experience with explosives safety site plan submittals to the Department of Defense Explosives Safety Board.

  12. Experience applying the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities (IC Tech Spec – for ICD/ICS 705).

  13. Experience complying with DOD INSTRUCTION 5200.48 CONTROLLED UNCLASSIFIED INFORMATION (CUI).

  14. Experience with ProjNet DrChecks software.

  15. Experience producing quality designs.



4. SUBMMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to ten (10) pages total and should include the following information:



a. Firm’s name, address, point of contact, phone number and email address.



b. Firm’s business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business).



c. Demonstration of the firm’s qualifications. Include sample projects indicating the following:



1. Title, location, description and dollar amount of the project. Also include a statement regarding relevancy to the qualifications being sought.



2. 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 within the discretion of the Government.



d. All responses shall be submitted via email to William Maher at william.j.maher@usace.army.mil within 14 calendar days of the original posted date on sam.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 02, 2023 01:37 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >