Architectural-Engineering (A-E) Services to provide Design and Construction-phase services for the approximately 280,000 GSF Engineering and Prototyping Facility (EPF) at Hanscom Air Force Base (HAFB), Lexington, Massachusetts
Action Code: Sources Sought Notice Subject: Architectural-Engineering (A-E) Services to provide Design and Construction-phase services for the approximately 280,000 GSF Engineering and Prototyping Fac... Action Code: Sources Sought Notice Subject: Architectural-Engineering (A-E) Services to provide Design and Construction-phase services for the approximately 280,000 GSF Engineering and Prototyping Facility (EPF) at Hanscom Air Force Base (HAFB), Lexington, Massachusetts Solicitation Number: W912WJ19X0029 Agency: Department of the Army Office: US Army Corps of Engineers Location: USACE District, New England Classification Code: C - Architect and Engineering Services NAICS Code: 541 - Professional, Scientific, and Technical Services/541330 - Engineering Services Synopsis: This is a Sources Sought announcement to determine availability and capability of potential Architect-Engineer (A-E) contractors. It is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, New England District desires to identify contractors capable of providing Design and Construction-phase services for the approximately 280,000 GSF Engineering and Prototyping Facility (EPF) project to be utilized by Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) at the Hanscom Air Force Base (HAFB), Lexington, MA. This is a Military Construction-Air Force project currently programmed for construction in Fiscal Year 2022 with an estimated construction cost between $100,000,000 and $250,000,000. Additional information on the project is provided below. The NAICS code for this procurement is 541330 (size standard $15,000,000). Design Work is expected to begin in March 2020 and be completed in about 18 months. The value of the A-E contract is estimated to be between $10,000,000 and $25,000,000. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity for the respective projects. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time. Project Information: MIT LL is a federally funded research and development center chartered to apply advanced technology to problems of national security. The EPF building will consist of new laboratory and office space including assembly, test, and integration spaces for use by the Engineering Division of MIT LL. The intent of the EPF is to consolidate and modernize the currently dispersed functions of the Engineering Division, improve the efficiency of shop facilities, and expand the capabilities for rapid prototyping of new systems. The EPF will enhance the design and systems development capabilities of MIT LL's Engineering Division. See attached DD Form 1391 dated 19 January 2016 for more information on the project. The EPF is anticipated to be two stories, with a separate one-story Central Utility Plant (CUP). The EPF building will be constructed using concrete footings and foundations with a steel superstructure and energy efficient roofing. Specialized construction requirements include: an Assembly Cleanroom complex of approximately 20,000 square feet (including support spaces) at an ISO Class 100 - 10,000 range; enhanced structural foundations for vibration control and isolation for Optics, Materials Testing, and Precision Engineering labs; Assembly, Integration and Test (AI&T) labs including two high bay labs with cranes up to 5 ton lifting capabilities; strict thermal requirements within the Optics Lab (+/- 0.5 degree temperature variation); Environmental Test labs including vacuum, thermal and altitude chambers and large shaker tables; specialty labs for Autonomous Systems research and Rapid Prototyping capabilities; a large Machine Shop which includes advanced milling machines, Alodine Plating, and SLM, SEM, CNC lathes and advanced 3D Printing capabilities; Shipping and Receiving docks with Raw Stock storage, Incoming Inspection, Mechanical Inspection, and Bonded Stores; and approximately 55,000 square feet of reconfigurable office space on a raised floor utilizing an underfloor air distribution (UFAD) mechanical system. Many spaces in the building, including clean rooms, will be constructed to meet ICD 705-01 requirements for Physical and Technical Security Standards for Sensitive Compartmented Information Facilities. The EPF will be located on a large site on Hanscom Air Force Base currently containing six abandoned buildings of the former Cambridge Air Force Research Laboratory which are slated to be demolished as part of this project. Site improvements will include a new electrical feed from the main electrical distribution plant, access roads, parking, utility connections, landscaping, and all other work necessary to make a complete and usable facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements. Responses: In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following: 1) business classification (i.e. small business), 2) project overview and description for up to three (3) sample design projects for complex, large scale, prototype and assembly facilities that include laboratories - ideally in the field of microelectronics that are comparable in scale and complexity to the project described above that were designed within the past fifteen (15) years with preference given to more recent projects. The project overviews shall include a synopsis of the project including photos, month/year the firm's design work started and completed; total contract value of the firm's design work; physical size of the designed facility; construction cost as applicable; and customer point-of-contact; 3) a table indicating whether the sample projects included any of the following EPF project elements: a) Multifunctional laboratory research, testing, and administration buildings of comparable size (can be multiple buildings). b) Fabrication engineering and testing facility for prototype system development including some or all of the following: (1) integration and testing spaces (2) mechanical assembly and inspection areas (3) electronic assembly and inspection areas (4) environmental test spaces (5) shaker area (6) optics laboratories with strict temperature variation requirements (+/- 0.5 degree) (7) polymer laboratories (8) machine shops In response, indicate square footage of each type of above identified area as applicable. (c) ISO Class 5 and 6 level clean rooms (or Class 100 and 1000 for older facilities meeting the requirements of the former Federal Standard 209E) of comparable size for research and development facilities. In response, indicate the class and square footage of clean rooms. (d) Secure working areas meeting Intelligence Community Directive (ICD) 705 Sensitive Compartment Information Facilities or similar requirements. Response shall indicate whether clean room spaces were designed to meet ICD 705. (e) Structural and foundation systems that control and isolate sources of high vibration. Response shall indicate method of vibration control and for what building elements. f) Compliance with DoD Unified Facilities Criteria including UFC 1-200-01 DoD Building Code, UFC 1-200-02 High Performance and Sustainable Buildings Requirements (or other federal and DoD sustainability and energy reduction policies applicable at that time), and UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. h) Use of Building Information Modeling. If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above. Responses should be limited to thirty 8.5 x 11 inch pages but 11x17 pages can be used for the project overview. Responses are due 24 May 2019. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, Contracting Office, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Benjamin Hoell. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. Interested firms shall provide the above documentation in one original form and one copy. This sources sought announcement is not to be construed as a commitment by the Government. The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Contracting Office Address: 696 Virginia Road Concord, Massachusetts 01742-2751 United States Place of Performance: US Army Engineer District, New England 696 Virginia Road Concord, MA 01742-2751 US Primary Point of Contact: Benjamin Hoell Contract Specialist Benjamin.G.Hoell@usace.army.mil Phone: 9783188084
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »