New Jersey Bids > Bid Detail

PD JS Building Design for Renovation and Rebranding

Agency:
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159967083681695
Posted Date: Dec 18, 2023
Due Date: Jan 22, 2024
Source: https://sam.gov/opp/9c66886561...
Follow
PD JS Building Design for Renovation and Rebranding
Active
Contract Opportunity
Notice ID
W15QKN-24-X-0YTP
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 18, 2023 04:41 pm EST
  • Original Response Date: Jan 22, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9905 - SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES
  • NAICS Code:
    • 541420 - Industrial Design Services
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description

INTRODUCTION



The United States Army (US Army) Contracting Command – New Jersey, on behalf of the United States Army Joint Program Executive Office (JPEO) Armaments & Ammunition (A&A), Project Director (PD) Joint Services, at Picatinny Arsenal, New Jersey is conducting market research to determine the capability of businesses to provide remodeling services for JPEO PD Joint located at Picatinny Arsenal, NJ. The requirement is for facilities remodeling and workplace transformation. Services would include but not be limited to design strategy, capacity planning, implementation, execution planning, fabrication, installation, and workplace maintenance and training. Remodeling shall include but is not limited to repurpose and modification of existing equipment. Each phase shall specify the location and services to be performed. The anticipated areas are lobbies, conference rooms, static displays, workplace areas, and collaboration rooms. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





PLACE OF PERFORMANCE



Location: Picatinny Arsenal, New Jersey




  • 100% On-Site Government

  • 0% Off-Site Contractor





DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”





PROGRAM BACKGROUND



The PD Joint Services, JPEO A&A, is designated as the Project Office that enables the acquisition, manufacturing, and demilitarization of munitions for the Joint Services. In accordance with these assignments, PD Joint Services, JPEO A&A provides the following:




  1. Industrial Base: Manage the ammunition industrial base modernization and sustainment strategies, Section 806 implementation, and strategic planning.

  2. Life Cycle Pilot Process (LCPP): Provide manufacturing technology solutions to improve safety, effectiveness, quality, and cost.

  3. Single Manager for Conventional Ammunition (SMCA).

  4. Joint Ordnance Commanders Group (JOCG).

  5. Conventional Munitions Demilitarization.





REQUIRED CAPABILITIES



The Contractor shall provide:



Basic Services: Facilities renovation and workplace transformation efforts including but not limited to design strategy, capacity planning, furnishing, strategic implementation, execution planning, fabrication, and installation on the facilities of JPEO PD Joint Services located at Picatinny Arsenal, NJ. Facilities renovation will include but is not limited to repurpose and modification of existing equipment and modernization of workspaces.



Design: Reflect and capture designs of static and interactive displays, workspace areas, updated conference rooms, collaboration areas and imagery using the Army Branding strategy to showcase past, current, and future roles in global readiness of armaments & ammunition. The contractor will also provide content and materials for status briefing to leadership.



Execution Planning: The contractor shall develop an installation approach that will minimize impact to current Government operations.



Implementation/Installation: The contractor will coordinate access with the Security manager to gain access to the building for installation. The contractor shall ensure that all installed equipment is fully functional, and the Government can operate the system without incident. Should a building be classified as a historical building, the Contractor shall synchronize the branding strategy with the Picatinny Garrison Department of Public Works (DPW). The Contractor shall work with the facility manager to obtain access to any floor plans that will be required to complete the branding. The contractor shall provide the Contract Officer Representative building designs 30 days after award.



Workplace maintenance and training: The contractor will be responsible for maintenance and training on all installed equipment and furnishing.



If your organization has the potential capacity to perform these contract services, please provide the following information:




  1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and

  2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to:




  1. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;

  2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;

  3. Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and

  4. Provide services under a service acquisition contract.





SPECIAL REQUIREMENTS:




  • Personnel and Facility Security Clearances. DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a (“Secret”) Facility Clearance.

  • Adherence to Berry Amendment

  • Adherence to Clinger-Cohen Act, i.e., Information Technology (IT)

  • Adherence to Service Contract Act

  • Adherence to Government Furnished Property plan.





ELIGIBILITY



The applicable NAICS code for this requirement is 541420 – Industrial Design Services with a Small Business Size Standard of $17.0M. The Product Service Code is 9905 Signs, Advertising Displays, and Identification Plates. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION – SITE VISIT



The US Army Contracting Command – New Jersey (ACC-NJ) intends to hold a site visit at Picatinny Arsenal, Friday 05 JANUARY 2024. The site visit will start at 10am EST. This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the PDJS, JPEO A&A for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation.



To register for this site visit, send an email to Roseanne Hooven, at roseanne.hooven2.civ@army.mil by noon, 1200 (EST), on 29 DECEMBER 2023. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read “Project Director Joint Services Renovation Site Visit”. Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than three (3) attendees allowed to represent each potential Offeror will be permitted to attend the site visit. All attendees must provide proof of U.S. Citizenship. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God.



ADDITIONAL INFORMATION – CAPABILITIES STATEMENT



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch.



This documentation must address at a minimum the following items:




  1. What type of work has your company performed in the past in support of the same or similar requirement? RESPONSE: PD JS requests to limit this action to contractors that display experience renovating and or modernizing similar other military installations that require security clearances for their employees.

  2. Can or has your company managed a task of this nature? If so, please provide details.

  3. Can or has your company managed a team of subcontractors before? If so, provide details.

  4. What specific technical skills does your company possess which ensure capability to perform the tasks?

  5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.

  6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

  7. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

  8. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to the POC identified below.



All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the POC identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise, as a result of a response to this Sources Sought Notice.



ADDITIONAL INFORMATION – OTHER



The contract type is anticipated to be Firm Fixed Price Contract. The Level of Effort for three (3) years is estimated at 25,000 man-hours.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.



SUBMISSION DETAILS:



Each potential source is requested to provide the contract number(s), dollar values (s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor’s ability to successful satisfy the project of PD Joint Services Renovation. Firms shall also provide point of contract information, where available, for the efforts cited above. All data should be sent at no cost to The United States Government by 22 JANUARY 2024 at 1500 to the US Army DEVCOM-AC. ATTN: ACC-NJ Roseanne Hooven, Email: roseanne.hooven2.civ@army.mil. In addition, please provide the firm’s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e., large, small, disadvantaged, veteran owned, woman owned, etc.).



The official response must be submitted to U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: Roseanne Hooven, Email: roseanne.hooven2.civ@army.mil and Gloria Thoguluva, Email: gloria.thoguluva.civ@army.mil Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: Roseanne Hooven, Email: roseanne.hooven2.civ@army.mil and Gloria Thoguluva, Email: gloria.thoguluva.civ@army.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 18, 2023 04:41 pm ESTSources 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 >