BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and new construction of a military facility in Watervliet, New York. Design plans call for the construction of a 350,000-square-foot military facility; and for site work for a military facility.

Contract Award Date: Apr 05, 2024 Contract Award Number: W912DS24D0002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NTQBD1J2YEL8 Contractor Awarded Name: BURNS & MCDONNELL ENGINEERING COMPANY, INC. Contractor Awarded Address: Chesterfield, MO 63017 USA Base and All Options Value (Total Contract Value): $35,000,000.00 This contract is being procured as full and open in accordance with Public Law 92-582, the Brooks Act as implemented in FAR Subpart 36.6 and DFARS 236.6. The selection will be based on demonstrated competence and qualifications for the required work. The top ranked firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the Single Award Task Order Contract (SATOC) is a maximum of 60 months and will not include optional time periods. The total capacity of the SATOC will not exceed $35,000,000. Task Orders will be issued by negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this SATOC. The Government guarantees a minimum value of $4,000 seed task order for this IDC. Labor rates for each discipline, overhead rates, and escalation factors for each 1 year time period will be negotiated for the basic IDC and profit will be negotiated for each task order not for each basic IDC. NAICS CODE is 541330 and 541310. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://www.sam.gov or by calling (866) 606-8220. The SATOC is anticipated to be awarded in February 2024. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. 2. PROJECT INFORMATION: A-E services may include but not be limited to the following: Full planning and design services for a new facility of approximately 350,000 SF will be constructed to house manufacturing of 155mm and larger cannon tubes as well as the necessary Research & Development support process provided by Benet Laboratories, and the administrative spaces necessary for full operations. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Planning and Charrette Services Industrial/Facilities Charrette to include but not limited to review of existing equipment and processes involved in the current production of 155 mm and larger cannons, review of existing buildings where the current manufacturing takes place and review of production efficiencies; determining equipment, processes to be housed in the existing facilities. The AE will also perform cost benefit analysis with respect to use of legacy equipment or new equipment in the new facility, perform production efficiency modeling utilizing Lean Six Sigma principles New Facility Charrette to include but not limited to planning and design of the new facility. This has the potential to include cranes, lay down areas, administration areas, production areas, supporting infrastructure, etc. Other services required. Real Estate support for land acquisition and NEPA support for the development of an Environmental Assessment. Secret Security Clearance may be required. Interested sources should demonstrate their experience in the following: Prepare construction bid documents, concept designs, final designs, design charrettes, studies (to include value engineering studies), design work involving site investigation, geotechnical reports, topographic surveys, Wetland delineation and mitigation, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications and SHPO Coordination. Environmental support to include NEPA documentation. Produce quality design. Evaluation will be based on the firm's design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures. Ability to use Building Information Modeling (BIM) technology. Ability to prepare CADD drawings in Micro station or AutoCAD format. Capability to execute multiple task orders simultaneously and capacity to execute this contract. Construction phase (Title II) services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits and commissioning/start-up/fit-up design support and enhanced commissioning support during construction. Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods. Ability to produce Cost estimates using M-CACES, PACES and MII [M2] software. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area. In addition, experience in Cost and Schedule Risk Assessments (CSRA's). Projects designed under these contracts may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Secret Security clearances are not required at the time of selection, but will need to be in place prior to award. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f and h are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection criteria: Specialized experience and technical competence: 1. Submit at least three (3) example projects in SF 330 Section F that demonstrate experience in performing Requirement Analysis, Workflow Analysis, Planning and Programming for the design of a modern facility involving a large scale industrial process (start-to-final product) for the production of a major component more efficiently, similar in nature and complexity to this project. 2. Submit at least seven (7) example projects in SF 330 Section F that demonstrates experience in full design and post design services including commissioning and training on projects similar in complexity. Project size should be at least 100,000Sf with construction cost of at least $100,000,000. The AE shall identify the month and year the 100% final design was completed as well as the month and year the construction was completed. Construction of projects must 100% completed and turned over to the user to be considered. Projects constructed "completed" before September 2013 will not be considered. On all ten (10) example projects, the government may consider the following strengths for evaluation purposes: Projects demonstrating experience working with USACE. Projects demonstrating experience working with the Federal Government (any agency). Projects demonstrating experience in the planning and programming (including charrettes), that involve a combination of new and consolidation of existing functions/processes from multiple facilities into one modern production facility. Projects demonstrating experience with fast-tracked designs. Projects demonstrating experience working with MCACES/PACES and PAX/DD1391. Projects demonstrating experience utilizing a Design Quality Control Plan. Projects demonstrating experience in permitting, real estate actions, NEPA documentation, and other agency coordination tasks. Projects demonstrating experience with modeling utilizing Lean Six Sigma principles. Projects demonstrating secret security clearance requirements. Professional Qualifications: Senior project personnel for each key discipline are required to be licensed/ registered. Resumes must be provided for each discipline, except where noted below. Professional engineering disciplines that share common concepts and ideas with other fields of engineering such as mechanical, chemical, electrical, and industrial engineering. The requirement to be able to plan the practices of manufacturing; to research and to develop tools, processes, machines and equipment; and to integrate the facilities and systems for producing quality products with the optimum expenditure of capital. Project Manager (P.E. or R.A. required) Quality Assurance Manager (P.E. or R.A. required) Architecture (R.A. required) Structural Engineering (P.E. required) Civil Engineering (P.E. required) Mechanical Engineering (with focus on manufacturing) (P.E. required) Mechanical Engineering (P.E. required) Materials Engineer Certified Manager of Quality/Organizational Excellence (CMQOE) Quality Engineer (ASQE Certified) Lean-Six Sigma Professionals Electrical Engineering (P.E. required) Fire Protection Engineering (P.E. required) Industrial Engineer (P.E. required) Landscape Architect (RLA) Cost Engineering (P.E. required. Those with CCP/CPE certification will be considered a strength) Geotechnical Engineering (P.E. required) Certified Industrial Hygienist (CIH required) Licensed Interior Designer (NCID required) Land Surveyor (NY P.L.S. required) Anti-Terrorism/Force Protection Specialist (P.E. required) Environmental Engineering (P.E. required) Construction Engineer/Inspector (P.E. required)Ral Estate Specialist (Certified) Property Appraiser NEPA (cultural resource) Specialist Lead Commissioning Specialist (P.E and at least one of the following: a NEBB qualified Systems Commissioning Administrator (SCA); ACG Certified Commissioning Authority (CxA); ICB/TABB Certified Commissioning Supervisor; BCA Certified Commissioning Professional (CCP); AEE Certified Building Commissioning Professional (CBCP); University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); ASHRAE Commissioning Process Management Professional (CPMP)) Certified Value Specialist (CVS required) Telecommunications Engineering (RCCD required) Master Planner (P.E. or R.A. required) The evaluation will consider education, registration, training, overall and relevant experience using information from Section E of the SF 330 including a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. The evaluators will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Requirements for Fire Protection Engineers are shown in the United Facilities Criteria UFC 3-600-01. Use the latest publication of UFC 3-600-01 as of the posted date off this announcement. Licensed Interior designers are required to pass all 3 sections of the National Council for Interior Design Qualification (NCIDQ) Examination. c. Past Performance on with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and CPARS. Letter of recommendation from customers addressing your firms cost control, quality or work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the A-E's are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key declines. 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 of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of Watervliet.. NY. The evaluators will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of the SF 330. Secondary Selection Criteria: f. Extent of participation of small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity in relation to NYD boundaries as well as Watervliet Arsenal. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. The forms can be downloaded in a .pdf file type. Total submittal page limitation is 100 pages. Section E is limited to 60 pages. Section F is limited to 10 pages (1 page per project). Each page shall be numbered. Section dividers, front and back covers, cover letter and Part II of the SF 330 don't count towards overall page limit. Tabloid size paper 11" X 17" pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the NY District USACE website: https://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firms must be registered in the following: https://www.sam.gov/portal/SAM/#1 NAICS Code is 541330 The Method of Contractor Selection has not been determined at this Time.

Design

Military

$35,000,000.00

Public - Federal

New Construction, Site Work

Our team is requesting plans for this project.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
232
Active Projects
135
Bidding Soon
2,053
All Active Projects
858
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 25, 2024

November 8, 2024

img_map_placeholder

1 Buffington St, Watervliet, NY

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.