News

Lake City Army Ammunition Plant Next Generation Ammunition Program AE Services IDC Contract

Type of document: Contract Notice
Country: United States

Lake City Army Ammunition Plant Next Generation Ammunition Program AE Services IDC Contract

Agency:
Department of the Army

Official Address:
Attn: CENWK-CT
635 Federal Building 60l East 12th Street Kansas City MO 64106-2896

Zip Code:
64106-2896

Contact:
Carol W. Hodges, Contract Specialist, Phone 8163893732, Email carol.w.hodges@usace.army.mil тАУ Alice Jeffres, Contracting Officer, Phone 8163893074, Email alice.m.jeffres@usace.army.mil

Link:

Date Posted:
15/11/2018

Classification:
C

Contract Description:
Synopsis Architect-Engineering (A-E) Services
2019 Unrestricted Indefinite Delivery Contract (IDC)
Lake City Army Ammunition Plant (LCAAP)
Next Gen Squad Weapon (NGSW) Program
for the Kansas City District

1. CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The architect-engineer (A-E) contract is required to support projects assigned to the Kansas City District, U.S. Army Corps of Engineers related to the Lake City Army Ammunition Plant (LCAAP) Next Generation Squad Weapons Ammunition (NextGen) Program, and may be used for other projects or programs at Lake City. One firm-fixed-price contract will be negotiated and awarded. The contract is open to all businesses regardless of size.

One indefinite delivery contract (IDC) will be negotiated and awarded, with a base ordering period of five years and no option years. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years) and will be included in the task order solicitations and negotiated task order award documents.

The total value of all task orders issued under this contract will not exceed $48,000,000. There is no limit on the value of individual task orders, up to the maximum value of the contract. Work will be issued by negotiated firm-fixed-price task orders. Award of this contract is anticipated in spring of 2019.

The North American Industrial Classification System (NAICS) codes for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000 in average annual receipts. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirement for a small business subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District which will be considered in negotiation of this contract are: (1) at least 40% of a contractorтАЩs intended subcontract amount be placed with small businesses (SB) (which includes all categories of small businesses); (2) at least 3% of a contractorтАЩs intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractorтАЩs intended subcontract amount be placed with women owned small businesses (WOSB); (4) at least 1% of a contractorтАЩs intended subcontract amount be placed with HUBZone small businesses; (5) at least 2% of a contractorтАЩs intended subcontract amount be placed with Veteran Owned small businesses (VOSB); and (6) at least 3% of a contractorтАЩs intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses (SDVOSB). The plan is not required with this submittal, but will be required with the price proposal of the firm selected for negotiations.

The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. Service wage rates will be determined relative to the employeeтАЩs office location rather than the location of work.

Firms must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) System for Award Management (SAM). Firms not previously registered may visit Instructions for new registration are also located at the following link: Contractors may obtain information on registration and annual confirmation requirements at or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-1442 report. Information can be found at the Department of Labor website , or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number.

2. PROJECT INFORMATION: Firms must be capable of performing work to support the planning, design, construction, and operation of a new ammunition production line for the LCAAP NextGen Program. The project is tentatively programmed for construction in the FY21 through FY23 timeframe and would consist of one facility to house multiple NextGen production lines, and various support facilities at LCAAP. The planning and design efforts are scheduled to commence FY19 to support a FY21 construction award. The NextGen facilities are in the planning stages as the NextGen ammunition is in the end stages of research and development (R&D). It is currently anticipated that support of this program would include, but may not be limited to, the following facilities/improvements:

a) Next Gen Production Facility, approximately 160,000 sf.
b) Green Primer Production Facility (size TBD)
c) Storage Bunkers (size TBD)
d) Associated Site improvements (roads, utilities, etc.)

The acquisition strategy for the associated construction contract(s) for the NextGen program has not been finalized. Task orders may require the selected A-E firm to produce 100% plans and specifications under one or more task orders. This contract also could be used to produce design-build bridging documents for some or all of the NextGen facilities. When this contract is used in the development of bridging and related documents for use in a design-build selection (FAR 36.302), the A-E and supporting consulting firms shall be prohibited from competition in any design-build solicitation in accordance with FAR 9.505-2 (Preparing Specifications or Work Statements) and FAR 36.209 (Construction Contracts with A-E Firms).

The work may include the preparation of special reports, planning and design charrettes, studies, development of design criteria for performance contracts, and design of construction as needed. The task orders may include design work involving site investigation, geotechnical reports, topographic surveys, preparation of contract drawings, technical specifications, design analyses, life cycle cost analyses, and computer aided cost estimating. Electronic security system design, anti-terrorism/force protection design, progressive collapse, blast modeling and analysis, explosive safety evaluations (including DoD Explosive Safety Board coordination), and network engineering may be required. Resiliency, reliability, and sustainability will be important considerations. Whole building commissioning, with a perspective as designer as well as the commissioning agent, may also be required. Construction phase services, including shop drawing review, design during construction, site visits, etc., could be included in task orders. Building Information Modeling (BIM) technologies, CADD and GIS deliverables may be required. Specific needs will be determined based upon project requirements as described in each task order. Project assignments will typically require performance in an office setting and on-site.

Some task orders would receive, process, and store classified information at the SECRET level. For those task orders, A-E firms are required to employ staff with a SECRET clearance or capable of obtaining a SECRET clearance, qualified to perform the anticipated project work, and must have access to a Defense Security System (DSS) certified computer system by the time the Task Order is awarded. At the time of award, the selected A-E must also have a SECRET Facility Clearance.

The Operating Contractor is responsible for operation and maintenance of all facilities and infrastructure within the Lake City Army Ammunition Plant. The eventual awardee will be required to coordinate with the current Operating Contractor for support associated with installation activities which may include: installation access/badging, obtaining as-built drawings for buildings or other infrastructure, operation security reviews of photographs, utility information, and independent technical reviews of contractor-developed products.

3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a through d are primary and will be evaluated for all offerors. Criteria e, f, and g are secondary and will only be used as tie-breakers among firms that are essentially technically equal.

a. Specialized experience and technical competence in:

1) Design of manufacturing facilities. Experience should include structural blast analysis and blast mitigation features. Experience in design of facilities specifically for the manufacturing of small or large caliber ammunition will be given greater consideration. Evaluation will be based on project descriptions in Section F of the SF 330.

2) Design of facilities that allow for rapid construction, yet provide for flexibility during construction to accommodate late receipt of select equipment dimensions.

3) Quality management procedures. The basis of the evaluation will be the description of the firmтАЩs quality management procedures in Section H of the SF 330. A detailed quality control plan is not required with this submission but will be required subsequent to award of the contract.

4) Design of facilities or projects requiring secret or TS/SCI clearance. The basis of the evaluation will be the information in Section F of the SF 330.

Subfactors a.1 and a.2 are equal in importance, and are more important than a.3 and a.4.

b. Professional Qualifications: Responding firms should demonstrate the professional qualifications in these key disciplines:

(1) Project manager
(2) Architect
(3) Structural engineer
(4) Mechanical engineer
(5) Fire protection engineer
(6) Electrical engineer
(7) Civil engineer
(8) Geotechnical engineering
(9) Physical security
(10) Electronic security
(11) Cost estimating
(12) Building commissioning engineer
(13) Industrial hygienist

Additional disciplines required as part of the contract that will not be evaluated include: Land surveyor, Interior Designer, Environmental engineer, GIS, and CADD technician.

The basis of evaluation will be information provided in section E of the SF 330. The SF 330 shall include a matrix in Section G showing experience of the proposed lead disciplines on the projects listed in Section F of the SF 330. The education, professional registration, certifications, overall and relevant experience, and longevity with the firm will be considered. All disciplines are equal in importance. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. The lead personnel for each discipline should be clearly identified in section E. Only one resume (the lead for that discipline) will be evaluated for each discipline.

c. Past Performance
Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. In addition to CPARS, the board may seek information on past performance from other sources.

d. Capacity to initiate work and complete within the time parameters of the project.

The evaluation will consider the availability of an adequate number of personnel. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form for each firm that is part of the proposed team.

Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The three secondary selection criteria are listed in descending order of importance.

e. Small Business Participation (not applicable to small businesses).

Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. The basis of the evaluation will be information submitted in Section H of the SF 330. This criterion is not applicable to small businesses.

f. Geographic Proximity and Knowledge of local conditions in Kansas City, Missouri.

Responding firms should identify any offices operated in close proximity to the Kansas City District Headquarters (601 E 12th Street, Kansas City, Missouri) and the contribution these office(s) will make in support of the project.

In addition, the evaluation will consider the teamтАЩs knowledge of geological features, hydrologic conditions, climatic conditions and local construction methods for the greater Kansas City area. Teams with experience at LCAAP with respect to these aspects will be given greater consideration.

g. Volume of DoD A-E contract awards in the last 12 months.

Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. The basis of the evaluation will be information submitted in Section H of the SF 330.

Interviews will be held with the most highly qualified firms.

4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one original paper copy of the SF 330 and one electronic copy on CD in PDF format to the address listed below no later than 2:00 PM Kansas City time on December 17, 2018. Copies of the SF 330, Part II, for the prime firm and all consultants should be included in the SF 330. Only one SF 330 Part I for the team as a whole should be included. Include the firmтАЩs DUNS and CAGE CODE identification numbers in SF 330, Part I, Section B, Block 5.

A maximum of six (6) projects for the proposed team (including joint ventures and teaming partners) shall be shown in section F. If the offeror provides a specific task order as a project, it should provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as a project, it should provide the contract number for reference purposes. Project descriptions shall clearly the extent of work completed, the extent of work performed by the team (i.e. disciplines and scope), extent of design completed by the proposed team (i.e. preparation of design-build package; 100% design; report, etc.), and dates of completion for design and construction. Clearly cite whether the experience is that of the prime (or joint venture), consultant or an individual for each project in Section F. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section C should be so labeled. Designs completed prior to 2012 will not be considered. Projects (or phases of projects) for which design is not complete will not be considered.

The SF 330 should have a total page limitation of 150 printed pages with Section H limited to twenty (20) pages. Each project in Section F should be limited to two (2) pages; Part II is excluded from the 150 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as a single page. Tabs do not count against the page count limit, but information contained on divider tabs will not be evaluated. For all SF 330 sections, use no smaller than 11 point font. Note: this is not a request for proposal. Submit responses to:

U.S. Army Engineer District, Kansas City
ATTN: CECT-NWK-M/ Carol Hodges
647 Bolling Federal Building
601 E. 12th Street
Kansas City, Missouri 64106-2896

5. QUESTIONS: Questions may be submitted through PROJNET Bidder Inquiry system at тАУ using key ZP2PIY-3D86SI. The Bid Inquiry System will be available for inquiries until December 07, 2018.

 

Response Date:
121718

Sol Number:
W912DQ19R4003

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy