Multi-Discipline Architect/Engineer Services for the Bureau of Engraving and Printing Indefinite Delivery/Indefinite Quantity Contract
This is a Pre-Solicitiation Notice. This project will be announced as W912DR19R0073 Project Title: Multi-Discipline Architect/Engineer Services Indefinite Delivery/Indefinite Quantity Contract for the... This is a Pre-Solicitiation Notice. This project will be announced as W912DR19R0073 Project Title: Multi-Discipline Architect/Engineer Services Indefinite Delivery/Indefinite Quantity Contract for the Bureau of Engraving and Printing The proposed procurement is anticipated to be competed under Full and Open Competition under NAICS code 541330. Description CONTRACT INFORMATION: In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of a single $100M, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect-Engineer (A/E) services for the Bureau of Engraving and Printing (BEP). The ordering period will be ten (10) years from award. All task orders awarded under this A/E IDIQ will be FFP. This contract will be used to support the design efforts for the construction of a new 850,000 square foot (sq. ft.) to 1,000,000 sq. ft. facility that will support all manufacturing needs for the BEP east coast currency production operations. Some administrative functions from the Main and Annex Buildings in Washington, D.C., and Landover, MD will also be transitioned to the new facility. The estimated magnitude for construction of the new production facility is $500,000,000 - $850,000,000. This estimated magnitude includes design and construction phase services, as well as the procurement of non-production equipment (i.e., IT, AV, and security equipment). This new facility will be located within the National Capital Region and is anticipated to be similar to the Western Currency Facility in Fort Worth, Texas. The award will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services, with a small business size standard of $15M in average annual receipts. Anticipated award date is January 2020. In addition, the requirements for this procurement will include, but are not limited to: (1) Material movement (i.e., movement of material from storage areas to production line, movement of work-in-progress between production equipment); (2) Space management (i.e., balance of administrative workspace vs. production operation space (laboratory, print rooms, research and development, storage, etc.) to allow for collaboration of management and technical experts regarding production and manufacturing issues); (3) Waste Management (i.e., hazardous waste management (storage and disposal, to include waste associated with required operation and maintenance (O&M) of printing equipment); ventilation systems that effectively mitigate industrial exhaust); (4) Evaluation of the possible employment of automated material handling systems (i.e., barcode and/or quick response (QR) codes to track and manage material) and robotic material movement to minimize delays on the production line; (5) Inclusion of required security protocols (i.e., cages and vaults) and systems for secured areas for currency paper and some inks, research functions, quality assurance, and certain disposal processes; and (6) Development of all major utility infrastructure systems to provide service to the new facility. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Contractors and/or subcontractors shall either be U.S. citizens or have lawful permanent resident alien status (green card holder) and must be able to sign a Non-Disclosure Agreement (NDA). Inherently governmental functions will not be performed by contractors per FAR Part 7.5 and Office of Federal Procurement Policy Letter 92-1. Organizational Conflict of Interest. In accordance with FAR 9.505-1, FAR 9.505-2, and FAR 9.505-4, the A/E firm (and/or team) will be precluded from proposing on the resultant construction contract. Additionally, firms may be precluded from follow on procurements through the Bureau of Printing and Engraving for production equipment or other services related to this project pending a determination of the extent to which the firm provided systems engineering and technical direction for this effort in accordance with FAR 9.505-1. This determination would be made by the BEP Contracting Officer. (1) PROJECT INFORMATION: The work may consist of A/E Services capabilities, including but not limited to: services within the range of A/E Services as defined by 40 U.S.C. 1102 and FAR 2.101, design of integrated information technology (IT) and security systems for a turn-key production facility, new construction, process optimization for the BEP industrial/manufacturing production, engineering analyses (i.e. lean six sigma), systematic layout planning studies, functional planning meetings, charrettes, programming, preparation of full plans and specifications, preparation of design bid build (DBB) or Design Build (DB) requests for proposal (RFP), construction cost estimating, validation of recently conducted site investigations, coordination with parties completing National Environmental Policy Act (NEPA) documentation, validation of recent topographic and utility surveys and hazardous material investigations, geotechnical investigations to include geotechnical design, permitting, Building Information Modeling (BIM) and USACE Advanced Modeling contract requirements, energy modeling, and the preparation of reports, studies, design criteria/design analysis documents, Leadership in Energy and Environmental Design (LEED) documentation, value engineering, presentations, coordination with various government agencies and commissions, construction phase and technical assistance services, and other general A/E services. Information from the Industry Day is available under PANNAD19P0000004360-Special Notice. The combined synopsis/solicitation will be provided in an electronic format, free of charge on or around 22 August 2019, to all authenticated account holders registered with Federal Business Opportunities (FBO) System. Please note that all U.S. Army Corpos of Engineers acquisitions are considered sensitive, but unclassified documents and require users to have a valid MPIN entered in the FVO system to access the package. The media through which the Government chooses to issue this combined synopsis/solicitation will be the Internet only. This combined synopsis/solicitation will not be issued in paper. No phone or fax request for copy of the combined synopsis/soliciation will be accepted. Submission of SF330 packages can be submitted after the combines synopsis/solicitation announcement by mail to: U.S. Army Corps of Engineers ATTN: Ms. Leigha Arnold Contracting Division 2 Hopkins Plaza Baltimore, MD 21201-1715 or in person at: U.S. Army Corps of Engineers 2 Hopkins Plaza, Room 00-A-22 Baltimore, MD 21201
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »