Construction of a new Compound Semiconductor Lab/Microsystem Integration Facility (CSL/MIF) for MIT Lincoln Laboratory (MIT LL) located at Hanscom Air Force Base (HAFB) in Lexington, Massachusetts
The U.S. Army Corps of Engineers, New England District has issued a Tradeoff, Best-Value, Request for Proposals for MIT Lincoln Laboratory (MIT LL) for the construction of a new Compound Semiconductor... The U.S. Army Corps of Engineers, New England District has issued a Tradeoff, Best-Value, Request for Proposals for MIT Lincoln Laboratory (MIT LL) for the construction of a new Compound Semiconductor Lab/Microsystem Integration Facility (CSL/MIF) located at Hanscom Air Force Base (HAFB) in Lexington, Massachusetts in late February of 2019. This procurement is Unrestricted. The NAICS code for the work will be 236220. Award will be made in late FY 19 and work will be completed in September of 2022. The estimated construction cost is from $100,000,000 to $250,000,000. Any responsible source meeting this standard may submit a proposal to be considered by the New England District. Please review the following notes: 1. The 95% Plans and Specifications of the CLS/MIF are included with this Pre-Solicitation Notice for your convenience. Offerors are NOT to submit any Requests for Information (RFIs) regarding the 95% design to the government until the solicitation is posted. Any RFIs submitted before the solicitation is posted will need to be resubmitted after the solicitation is posted or they will not be answered. 2. Offerors MUST enter into a non-disclosure agreement (NDA) with MIT Lincoln Laboratory prior to the proposal submission deadline. Offerors MUST include a statement indicating consent to allow access to the proprietary data contained in their proposal to employees of MIT Lincoln Laboratory who will be acting as advisors to the Government for this procurement, in accordance with FAR 9.505-4(b). Offers that do not state the above consent will NOT be evaluated and will not be considered for award. The Point of Contact at MIT Lincoln Laboratory to establish an NDA will be identified in the solicitation. 3. PowerPoints, videos, and other information from the Industry Day can be viewed by searching W912WJ19X0001 on FBO.GOV. 4. This project will be competed under FAR Part 15 using the Bifurcated selection process. USACE will post the solicitation at the 95% Design and receive technical proposals from Offerors ONLY for review. After the 100% Design is received, an amendment will be sent out to the Offerors for their Price proposal and Small Business Factor. More information will be available in the solicitation regarding this process. 5. Please note - As per FAR 4.1102(a), all Offerors must be registered in SAM prior to proposal submission. Joint Ventures must be registered as the Joint Venture in SAM prior to proposal submission. Offerors not registered at time of proposal submission will be rejected. The scope of the project is as follows: MIT LL is a federally funded research and development center chartered to apply advanced technology to problems of national security. The project scope of work described herein involves the construction of a new Compound Semiconductor Laboratory and Microelectronics Integration Facility on the MIT LL campus, which is located at Hanscom Air Force Base in Lexington, Massachusetts. The Compound Semiconductor Laboratory and Microelectronics Integration Facility consists of approximately 162,000 gross square feet (GSF) of new laboratory and office space which includes a Clean Room complex for use by the Advanced Technologies Division of MIT LL. The intent of the CSL is to consolidate MIT LL's existing compound semiconductor materials growth, fabrication and characterization facilities. The intent of the MIF is to consolidate and enhance MIT LL's facilities for the fabrication and packaging of specialized advanced electronic prototypes. The CSL-MIF is anticipated to be three stories, and constructed using concrete foundations, a steel and reinforced concrete superstructure, and energy efficient building systems, envelope, and roofing. The new building will be connected to other MIT LL buildings via a pedestrian connector bridge as part of this project. Specialized construction requirements include large and sophisticated clean rooms for microprocessor development and experimentation (the total clean room area under filter is approximately 35,000 net square feet, designed to Federal Standard (FED STD) 209E Class 10/International Organization for Standardization (ISO) Class 4 standards); associated complex HVAC and electrical requirements; secure communications areas; hazardous, toxic, and corrosive process liquid and gas storage, transport, distribution and associated waste collection systems; and a structural foundation system that minimizes vibrations and noise in the clean room areas. The facility will be constructed to meet Institute of Environmental Sciences and Technology (IEST) standards for vibration control (VC) to VC-C/D with select portions to VC-E. Required support process utilities include the following: Equipment Cooling Water (ECW), Clean Dry Air (CDA), three (3) grades of gaseous nitrogen (N2), Liquid Nitrogen (LN2), Process Vacuum (PVAAC), Ultra-Pure Water - semiconductor grade (UPW), 120/208/480V single-phase and three-phase power with UPS, liquid waste treatment (pH adjustment), and abatement of hazardous exhaust streams. The CSL-MIF is to be located on an existing paved parking lot that contains a cluster of trees in the center and is surrounded by other structures and as such is considered a constrained site. The site slopes from south to north with a change in grade of approximately 28 feet. Site improvements will include demolition of 5 buildings, expansion of the main chiller plant, providing a new feed from the main electrical distribution plant, access roads, replacement parking, relocation of existing utilities and new utility connections, landscaping, and all other work necessary to make this a complete and usable project. Facilities are being designed as permanent construction in accordance with the Department of Defense (DoD) Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01, sustainability principles in accordance with UFC 1-200-02, and High Performance and Sustainable Building Requirements. Note that installation of laboratory-owned equipment and high-value tool sets will be completed by others. This project is on a secure DoD facility and involves sensitive information; all members of the contractor's team who work on this project must be US citizens and will be subject to a background check. This is a Request for Proposals at this time. The solicitation requirements and contract documents to include instructions for submission and the response date are available. Neither telephonic nor faxed requests of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access the Federal Business Opportunities website (www.fbo.gov). All responsible sources may submit a bid which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist at Alysha.MacDonald@usace.army.mil.
Data sourced from SAM.gov.
View Official Posting »