The RFP Database
New business relationships start here

ROCUREMENT OF ENGINEERING AND DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE MASSACHUSETTS INSTITUTE OF TECHNOLOGY LINCOLN LABORATORY (MIT LL) ENGINEERING PROTOTYPING FACILITY (EPF) AT HANSCOM AIR FORCE BASE (HAFB), LEXINGTON, MASSACHUSETTS


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PROCUREMENT OF Engineering and Design and construction phase Services FOR THE MASSACHUSETTS INSTITUTE OF TECHNOLOGY LINCOLN LABORATORY (MIT LL) ENGINEERING PROTOTYPING FACILITY (EPF) at Hanscom Air Force Base (HAFB), LEXINGTON, Massachusetts

 

General Information:

            Solicitation Number: W912WJ19R0026

            Document Type:         Combined Synopsis/Solicitation

            Agency:                       Department of the Army

            Office:                         U.S. Army Corps of Engineers

            Location:                     U.S.A.C.E. District, New England

 

1.  CONTRACT INFORMATION: The U.S. Army Corps of Engineers - New England District (CENAE) plans to award a project-specific contract for professional architectural, engineering, and design services, procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6.  Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.  Design phase Architect Engineer (A-E) services may include, but are not limited to: preparation of design documents for a design-bid-build procurement that include plans, specifications, design analysis, and construction cost estimates and schedules at the concept (15%), schematic (35%), design development (65%), draft construction document (95%) and final construction document (100%) levels; plus: site investigation, review and validation of existing basis of design and planning charrette reports, planning, survey, geotechnical analysis, utility and infrastructure assessments, computer modeling, developing renderings, value engineering, construction phasing and scheduling analysis; and other engineering and construction phase services for the subject project.  Construction and Solicitation phase A-E services may include, but are not limited to: shop drawing and construction submittal reviews, commissioning and documentation support, site visits and field support, responses to requests for information, preparation and review of operation and maintenance manuals, and general technical assistance.  Other A-E services for the subject project may include, but not be limited to: commissioning design and support, startup services, partnering facilitation, and general engineering and architectural support. 

 

This announcement is open to all businesses regardless of size.  If the selected firm is a large business concern, the firm must comply with FAR 52.219-9, Small Business Subcontracting Plan and submit a Small Business Subcontracting Plan with the final price proposal.  The firm must submit a Small Business Subcontracting Plan that will contain small business goals for all of the Small Business Programs.  The subcontracting plan must be reasonable, attainable and challenging.  The North American Industry Classification System (NAICS) Code to be used for this procurement is 541330.  Award of the contract to the selected firm is anticipated in spring 2020 with an approximate design duration of 18 months.

 

 

2.  PROJECT INFORMATION:

Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) is a Federally Funded Research and Development Center (FFRDC) chartered to apply advanced technology to solve problems of national security. The Engineering Prototyping Facility (EPF) building is a Military Construction-Air Force (MCAF) project currently programmed for construction in Fiscal Year 2022.  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 for gowning, staging, gross cleaning, precision cleaning & bake out, bonded stores, Multi-Layer Insulation blanket area, storage, and a meeting area) in the Federal Standard (FED STD) 209E Class 100 -10,000 range/International Organization for Standardization (ISO) Class 5-7 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; environmental test labs including thermal vacuum  chambers for space simulation, thermal and altitude chambers for aero simulation and large shaker tables for vibration simulation; specialty labs for autonomous systems research, energy systems research and rapid prototyping capabilities; a large machine shop with several capabilities including conventional machining (mills, lathes, sheet metal, grinding, welding, etc.), advanced computer numerical control (CNC) machining (5-axis machines, CNC lathes, electrical discharge machines), precision machining (diamond turning machine, ultrasonic grinding, polishing machine, metrology equipment), metal and plastic additive manufacturing including all necessary support equipment (scanning electronic microscope, ovens, furnaces), beryllium machining with special dust control requirements, and equipment for secondary processes (chromate conversion processing equipment, gross clean equipment); incoming and mechanical inspection capabilities including large coordinate measuring machines and computerized tomography inspection capabilities; electronic assembly area including cable/chassis assembly, manual and automatic printed circuit board (PCB) assembly, PCB inspection, conformal coat area, and chip-on-board laboratory; shipping and receiving docks with raw stock storage 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. 

The EPF will be located on an approximately 10-acre 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. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01 and sustainability principles in accordance with UFC 1-200-02, High Performance and Sustainable Building Requirements.  Many spaces in the building, including clean rooms, will be constructed to meet ICD 705-01 requirements.

The project includes design services for architecture, landscape architecture, vibration control, interior design, civil/site engineering, structural engineering, geotechnical engineering, mechanical engineering (HVAC, controls, and plumbing), electrical engineering, and acoustical engineering; and the design for communication, fire protection, process piping and controls, redundant power and information systems, and access control and building security systems.  Note that detailed layout for laboratory tool set for this project is intended to be done by others which will then need to be incorporated into the design documents by the design A-E.  This project is on a secure DoD facility; all key personnel of the A-E’s team who will work on this project must be U.S. citizens and be subject to a background check.

 

The A-E’s products shall be produced to Corps of Engineers guidelines and specific formats and to applicable Air Force standards.  Construction cost estimates shall be prepared using the latest version of the U.S. Army Corps of Engineers’ Micro-Computer Aided Cost Engineering System (M-CACES) system, MII (cost engineering software as provided by the Government and licensed to the firm). Specifications shall be produced using Uniform Facilities Guide Specifications through the use of the specification software (SPECSINTACT).  Use of Building Information Modeling (BIM) for drawing production is mandatory.  All BIM models shall be developed using Autodesk Revit 2018 or newer.  Primavera P6 shall be used for developing detailed construction schedules and MS Project for more basic design and constructions schedules.  ProjNet (DrChecks) (https://wwwprojnet.org) shall be used for comment resolution of design review submittals.

 

 

3.  SELECTION CRITERIA: The selection criteria are listed below.  Factors are listed in descending order of importance (first by major criterion and then by each sub-criterion).  Criteria (a) through (f) are primary factors.  Criteria (g), (h) & (i) are secondary factors and will only be used as “tie-breakers” among firms that are essentially technically equal. 

 

(a)   Specialized Experience and Technical Competence.   Firms should demonstrate Specialized Experience and Technical Competence in:

(1) design of multifunctional buildings that include areas for laboratory/testing, fabrication, and administration that are of comparable size to the EPF or larger.  Multiple buildings included in a single project may be submitted as a sample project.  Prototype and fabrication laboratory projects will be given greater consideration.

(2) design of multifunctional buildings that include some or all of the following elements:

                                                        i.            integration and testing spaces

                                                      ii.            mechanical assembly and inspection areas

                                                    iii.            electronic assembly and inspection areas

                                                    iv.            environmental test spaces

                                                      v.            shaker area

                                                    vi.            optics laboratories with strict temperature variation requirements (+/- 0.5 degree)

                                                  vii.            polymer laboratories

                                                viii.            machine shops

Project descriptions shall indicate the square footage of each type of above identified area as applicable.  Projects in which more of the elements listed above are included maybe given greater consideration.

(3) design of clean rooms that meet or exceed ISO Class 6 level clean rooms (or Class 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.  Projects that meet or exceed the requirements for ISO Class 5/Federal Standard 209E Class 100 maybe given greater consideration.

(4) design of secure working areas meeting Intelligence Community Directive (ICD) 705 requirements.  Project descriptions shall indicate whether clean room spaces were designed to meet ICD 705.

(5) design of facilities that minimize vibration to VC-C standards or better. 

(6) design of vertical construction projects to meet federal and UFC standards and criteria to include the UFCs listed in the PROJECT INFORMATION section above, and

(7) use of MII cost estimating software, and SPECSINTACT for preparation of specification.

 

Information contained in the SF330 Part I, Section F will be the primary basis for evaluation against this criteria.  Projects in which the firm’s work was completed prior to 2007 will be given less consideration.

  

(b)   Professional Qualifications.  The evaluation of Professional Qualifications will consider education, training, professional registration, certifications, and relevant experience performing the role to be used on the project, and longevity with the firm.

 

(1) Resumes are required for the following key personnel (* indicates professional registration is required): 

- Project Manager (engineer or architect)*;

- Architect*;

- Code compliance/life safety specialist (architect or engineer)*;

- Structural Engineer*;

- Vibration Control Design Specialist;

- Mechanical (HVAC) Engineer*;

- Mechanical (Controls) Engineer*

- Mechanical (Plumbing) Engineer*;

- Electrical Engineer*;

- Telecommunications Designer/Specialist;

- Fire Protection Engineer*;

- Laboratory design specialist (defined as an engineer or architect specializing in the layout of spaces used for fabrication, and assembly of electronic components);

- Civil Engineer*;

- Construction Cost Estimator.

 

(2) Resumes for the following disciplines are also requested for evaluation:

- Program Manager or principal;

- Interior Designer;

- Security Analyses and Design Engineer;

- Commissioning Specialist;

- Construction Scheduler;

- Certified Value Specialist;

- Geotechnical Engineer*; and

- Licensed Land Surveyor* (registered in Massachusetts).

 

Project manager shall have 10 years of experience managing projects and a minimum of 3 years as a project manager on work that is similar in nature and scope as work required for this project. Firms should acknowledge their understanding that any key personnel from their team that will be working on the project must be a U.S. citizen and are subject to a background check.

 

(c)    Work Management and Teaming: A proposed management plan shall be presented in Part I, Section H of the SF330 that references the organization chart provided in Part I, Section D of the SF330, and briefly addresses the A-E’s management and philosophical approach for executing this project and its approach for ensuring the quality of the work performed by the firm and its subcontractors.   The plan shall include information on: team organization, quality control procedures, cost and schedule control, and coordination of in-house disciplines and consultants. The plan shall also include any relevant experience of the prime firm and their subcontractors working together on similar projects, if applicable.  The SF330 shall clearly indicate the primary office where the work will be performed and the staffing at this office.  Section C, Section F, and Section G will also be used to evaluate this criterion.

 

(d)   Past Performance. The firm should possess a good record of past performance on contracts with respect to quality of work, cost control, compliance with performance schedules, ability to manage subcontractors, and positive references from customers as determined by information pulled from the Past Performance Information Retrieval System (PPIRS) and other sources. NOTE: PPIRS is the system in which the Contractor Performance Assessment Reports (CPARS) are stored. The Government will evaluate the CPARS reports, if available, for the first five projects provided in Section F of the SF330, as these projects should be the most relevant project examples provided.  (NOTE: A CPARS report will not be available if the contractor has not yet completed its portion of the CPARS.) The Contractor should provide the most recent CPARS report with their SF330.  If the project/s is/are not a federal project or a CPARS report is not available, the firm should complete Part I of the Past Performance Questionnaire, send it to the customers for these five projects to complete Part II of the Past Performance Questionnaire, request that it be returned to the firm, and submit it with the SF330 submission.  No sealed envelope is required.  A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation.  The contractor should provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330.  The evaluation board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from CPARS or if no Past Performance Questionnaire is provided.  If little to no relevant past performance data (CPARS reports, Past Performance Questionnaires or information in Section H) is available for the five most relevant projects, the contractor may be given a neutral evaluation regarding past performance.  CPARS reports or Past Performance Questionnaires shall be placed at the end of Part I of the SF330 (they will not be counted towards the page count).

 

(e)    Knowledge of the Locality. The board will evaluate the firm’s demonstration of their knowledge and experience with local geologic and subsurface features, environmental conditions, climatic conditions, local construction methods, local construction costs, and permit requirements.  The basis of the evaluation will be the information in Sections E, F, and H of the SF330.

 

(f)    Capacity. The firm should demonstrate the capacity to execute the full value of the contract over the anticipated approximate 18-month design period and then for multiple years of construction support.  A firm shall be evaluated on the available capacity of key personnel from the prime firm and its team.

 

(g)   Geographic Proximity.  Location of the firm’s office(s) as well as those of their team in the general geographical area of the project will be considered.

 

(h)   Extent of Participation of Small Business (SB) and Small Disabled Business (SDB) concerns.  The firm shall identify its small business team members and what principle services and supplies to be provided by small businesses.  Describe what types of commitments, if any, are in place for the small businesses, such as: written contract, verbal, enforceable, non-enforceable, joint ventures, mentor-protégé, teaming agreements, partnership letters of commitment(s), etc.  The small business program includes utilization of SBs and SDBs to include Woman-Owned Small Business (WOSB), HUBZone Small Business, Service-Disable Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB).  Extent of small business participation is measured as a percentage of the total anticipated contract effort; the greater the participation the greater the consideration.  

 

(i)     Volume of DoD A-E Contract Awards.  Firms shall indicate in Section H of the SF330, the volume of DoD A-E contracts awarded to the prime (or JV) in the last 12 months.  The information will be verified and updated during the interviews with the most highly qualified firms.  The equitable distribution of DoD A-E contracts among firms, including Small Business concerns will be considered.

 

 

4.  SELECTION PROCESS: If there are a large number of interested firms, a Pre-selection Board may be utilized.  The Pre-selection Board, if used, will review and evaluate the SF330s and send a list of the highly qualified firms to the Selection Board for further evaluation.  The Selection Board will then evaluate the SF330s to develop an initial ranking and determine which firms are to be interviewed. Evaluation of the SF330s may be supported by advisors working directly for MIT LL. Disclaimer of Protection and Handling of Propriety Information In an effort to ease the coordination needed for nondisclosure agreements between multiple parties, USACE offers the following. It is the USACE policy to treat all A-E submissions as proprietary and to disclose their contents only for the purpose of Government A-E selection procedures under the Brooks Act.  Standard proprietary disclaimers notwithstanding, submissions may be reviewed by MIT LL non-Government personnel who have signed a nondisclosure agreement with the Government. All proprietary information is submitted with the above understanding and should be marked accordingly. Past performance information will not be released to any nongovernment personnel, and therefore nongovernment personnel shall not participate in the review of past performance information. If you take exception to the aforementioned statements, you must notify the Contracting Specialist, Ben Hoell, at Benjamin.G.Hoell@usace.army.mil, or call 978-318-8084, to make alternate arrangements for the handling of your proprietary information.

As part of the interview phase, the firms considered most highly qualified will be given more detailed information developed previously for the project along with some questions as to their approach to managing specific design challenges and other questions.  The A-E will be requested to provide a presentation at U.S. Army Corps of Engineers New England District headquarters in Concord, MA of up to 45 minutes in length using PowerPoint slides that addresses the questions, along with an overview of their management and technical approach for executing the design of the EPF.  Time will then be allotted for questions from the Selection Board.  No architectural/design materials are being solicited for this presentation.  Stipends will not be provided.  Final ranking of the most highly qualified firms will then be made by the Selection Board based upon all information provided.  Upon selection, a Request for Proposal will be issued to the selected firm with a detailed scope of work for negotiation and award of a firm fixed price contract.

 

5.  SUBMISSION REQUIREMENTS:  Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture).  Part II of the SF330 must also be submitted for each consultant and if a joint venture, for the joint venture entity.  Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract.  If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. 

 

Submissions must be made to: U.S. Army Corps of Engineers, New England District, ATTN:  Contracts Branch - Benjamin Hoell, not later 5:00 PM Eastern Standard Time on 25 September 2019.    See below for the authorized submission transmission method.

 

Include the firm's DUNS number on the SF330, Part 1, Block B. On the SF330, Part 1, Block C, provide the DUNS number for each consultant.  On the SF330, Part I, Block F, up to ten example projects shall be listed in order of relevance to the type of work anticipated to be performed under this contract.  Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project.  In the SF330, Part I, Block F, Box 24, provide the following information for each project: month/year the firm’s work started and completed; type of product developed (i.e., full design for Design-Bid-Build procurement; prepared RFP for a Design-Build procurement; Designer of Record on a Design-Build procurement; study; or other), total contract value of the contract and the itemized value of the work performed and their role by the firm and any team subcontractors to be used on this contract; physical size of the designed facility; construction cost as applicable; and customer point-of-contact who can be reached for references (phone number and email address).  If a sample project is a federal procurement, include the applicable contract number.  In the SF330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as copies of applicable certificates and/or awards. 

 

The Offeror’s response shall be submitted electronically.  Files shall not contain classified data. The use of hyperlinks in responses is prohibited.

 

THE ONLY AUTHORIZED TRANSMISSION METHOD FOR SUBMISSIONS IN RESPONSE TO THIS SYNOPSIS SOLICITATION IS THROUGH  THE U.S. ARMY MISSILE AND RESEARCH DEVELOPMENT AND ENGINEERING COMMAND (AMRDEC) SAFE ACCESS FILE EXCHANGE (SAFE) website at:

https://safe.amrdec.army.mil/SAFE/Welcome.aspx.

NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED.

 

INSTRUCTIONS FOR SUBMITTING ELECTRONIC RESPONSES:

In an effort to reduce paperwork and cost, all responses shall be submitted electronically through the SAFE site . Submission shall be in Adobe PDF format.  You are limited to 5 maximum files per upload (total size cannot exceed 2GB). If you have a large number of files, recommend that you combine or ZIP your files before uploading to the SAFE site. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission.

 

FILE DESCRIPTION: Include a “File Description” for each file(s) you upload. The “File

Description” will be included in the email notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification

Information (PII)) in the File Description.)

 

FILE DELETION DATE: You will be required to enter a “File Deletion Date.” The file(s) you upload will be available until the date you specify in the “File Deletion Date. After this date, the file(s) will be deleted from the SAFE site. NOTE: The maximum number of days for file deletion is 14 days from TODAY. (2 weeks). You must choose the maximum number of days available before file deletion.

 

INSTRUCTIONS TO FOLLOW ON THE SAFE WEBSITE:

1. Once at the SAFE website select the “Click Here” link under the “Non-CAC Users” heading. This allows users without a CAC or users whose computer is not configured to read a CAC the option to access the SAFE site as a guest.

 

2. After selecting the “Click Here” link you will be prompted to add your personal information, file information, recipient (Government representative) information and email settings. NOTE: It has been reported that documents are more quickly uploaded into the SAFE site website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that Offerors will have more success utilizing any particular browser.

 

3. When completing your file information for transmittal via the SAFE website, you will be required to enter the email address for all recipients. For this solicitation, the recipients are the Contract Specialist and the Contracting Officer.  The Contract Specialist for this solicitation is Benjamin.G.Hoell@usace.army.mil, and the Contracting Officer is Erin.E.Bradley@usace.army.mil. ; After entering the email address, click the ADD button to add the person(s) email to the “Recipients List” of your response. When your response is submitted, a notification will be sent to the recipients you added.

 

NOTE: Do NOT send the SAFE site packages to group email accounts.

After uploading your documents, you will be required to verify your email address before

the SAFE site will send notification to the government recipients. This is a very important step. Failure to verify your email address will cause failure of files to transmit.

 

Even if you successfully upload your response to the SAFE site, notification will not be sent to the government recipients until you verify your email address. Entering an incorrect email may result in the rejection of your submission for lateness. Follow the instructions on the SAFE website and the confirmation emails you receive from the SAFE site.

 

RECEIPT OF SUBMISSIONS:

For the purposes of establishing whether a submission is considered late, the government considers (the earlier of) the date and time of receipt of the email notification to the Contract Specialist and Contracting Officer to the SAFE site, NOT the date and time of uploading of the submission into the SAFE site as the time of submission. For responses larger than the 2GB capacity of the SAFE site website and require multiple submissions, the government will consider (the earlier of) the date and time of receipt of the email notification to the Contract Specialist and Contracting Officer of the last submission.  Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases.

 

The government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive responses on its behalf. Offerors are responsible for ensuring that responses are submitted so as to reach the designated recipient. Offerors are responsible for allowing sufficient time for the response to be received in accordance with the instructions provided.

 

The SF330, Part I, shall have a page limit of 90 pages (past performance questionnaires and CPARS will not count towards the 90 page limit).  A page is one side of an 8 ½” x 11” sheet of paper.  11” x 17” (single side) pages may be used to provide graphical information or images that do not fit well on an 8 ½” x 11” sheet but this counts as two pages.  Front and back cover and section dividers do not count toward the page limit.  Font size shall not be less than 10 font and the margins for pages that supplement the SF330 forms shall not be less than one inch with the exception that ½ inch margins are allowed when using the Standard Form 330.  Pages in excess of the page limit will not be evaluated.  A recent SF330 Part II shall be provided with each submission.  All contractors must be registered in the System for Award Management (SAM) at the time of submission to be considered for award.  Information regarding registration can be obtained online at www.sam.gov or by telephone at 1-866-606-8220. 

 

For any general or administrative questions, contact the contract specialist, Benjamin Hoell at 978-318-8084 or via email at Benjamin.G.Hoell@usace.army.mil. ; Solicitation packages are not provided.  This is not a request for price proposal.  Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled.  However, questions may be directed to the point of contact for this announcement.


Ben Hoell, Contract Specialist, Phone 9783188084, Email Benjamin.G.Hoell@Usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP