The RFP Database
New business relationships start here

Request for Information - Design, Consultation and/or Execution of Industrial Base Projects at Government Owned Contractor Operated (GOCO) Facilities


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

On behalf of the Office of the Project Director Joint Services (PD JS) and the Program Executive Officer (PEO) Ammunition, the Army Contracting Command (ACC) Rock Island is currently seeking interested Architecture and Engineering Design (A&E) and Architecture, Engineering, and Construction (AEC) firms to design and execute various facility projects at one or multiple Government Owned Contractor Operated (GOCO) Army Ammunition Plants (AAP) within the U.S. Industrial Base. Possible projects may also include requirements analysis, feasibility studies, or independent cost estimation.


The Government is seeking A&E/AEC sources with core competencies required to consult on, provide designs, and/or execute projects including, but not limited to: altering or replacing facilities, accommodating new capabilities, and/or replacing building components such as structural framing; foundations; roofing; mechanical, electrical, and plumbing systems; and transportation and utility infrastructure. The Government desires firms that specialize in some or all of the following disciplines:


• Architecture, Engineering, and Construction Management/Construction for Commercial and Industrial Facilities including Incidental Uses
• Proficiency in design for and pursuit of certification from the U.S Green Building Council (USGBC) Leadership in Energy and Environmental Design (LEED).
• Engineering and Construction of Roadways, Bridges, Dams, and Railroad Structures
• Engineering and Construction of Industrial Sewerage Systems
• Engineering and Construction of Industrial Wastewater Treatment Systems
• Engineering and Construction of Energy Generation and Distribution Systems
• Engineering and Construction of Electrical Distribution Systems
• Engineering and Construction of Potable and/or Process Water Treatment and Distribution Systems
• Engineering and Construction of Steam Distribution Systems
• Engineering and Construction of Energetic Waste Disposal and Decontamination Facilities
• Engineering and Construction of Storm Water Management Systems
• Engineering and Execution of Environmental Remediation and Regulatory/Permitting Support
• Facility and Infrastructure Demolition and Disposal


The contractors shall have the ability to furnish all necessary services, personnel, labor, facilities, materials, supplies, and equipment to meet the U.S. Government's project requirements. All design work shall be performed under the direct supervision of a registered design professionals licensed to practice such discipline(s) in the state where the project is executed. Contractors shall perform projects in accordance with all Federal, State, and local laws, including the Unified Facilities Criteria as well as Army regulations and policies. Contractors shall coordinate all work at GOCOs in conjunction with the operating contractor in order to minimize production schedule delays.


The projects to be executed under this effort range in cost and complexity and will increase manufacturing readiness to meet current and future requirements, ensure safety and environmental compliance, reduce operating costs and footprint, improve quality and promote efficiency, and improve quality of work environment within the GOCO ammunition facilities.

Given projects may take place at some or all of the following AAPs:

• Radford AAP (gun propellants and nitrocellulose), Radford, VA
• Iowa AAP (munitions loading and assembly), Burlington, IA
• Milan AAP (munitions loading and assembly), Milan, TN
• Holston AAP (explosives), Kingsport, TN
• Scranton AAP (large caliber metal parts), Scranton, PA


This market survey is for planning purposes only and does not constitute a Request for Proposal (RFP) or an obligation on behalf of the U.S. Government. Issuance of this RFI is not a guarantee of a future RFP or an award and is not a commitment of any kind by the Government. The Government does not imply an intention or opportunity to acquire funding to support current or future development efforts. All information submitted is at no cost or obligation to the Government. The Government requests respondents minimize submission of proprietary information and clearly mark any such information accordingly.


The purpose of this notice is to obtain information from contractors to assist in determining the most suitable approach to meet the U.S. Government needs and industry capabilities in support of facility projects. The Government may use information provided to develop a Performance Work Statement/Statement of Work for potential solicitation. Contractors shall indicate interest and capabilities to satisfy the above requirements by identifying the following items:


1. Company Name and Commercial and Government Entity (CAGE) Code
2. Company Address, Country Represented, and Website
3. Company point of contact, phone number, and email address
4. Business size information (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business)
5. Capability/qualification data, skill sets, professional licensure, and expertise to perform projects similar to the proposed projects which demonstrate experience in execution of such projects. (To include but not limited to facility design and construction, permitting, engineering, etc.)
6. Capability/qualification data to prepare and comply with various environmental documents and permits.
7. Capacity to provide management controls of cost, schedule, and quality.
8. Major partners or suppliers, to include those in areas such as design and engineering support, construction management, and environmental consulting. Please include location of offices/facilities and capability of source and major partners/supplies/subcontractors/consultants.
9. Industry feedback on terms and conditions to be included in the acquisition, to include recommendations on contract length, incentives, etc.
 
The North American Industry Classification System (NAICS) code for this effort is 541330 and 236210.


Interested firms shall submit responses via electronic mail to Ms. Brittany Fleming, brittany.m.fleming5.civ@mail.mil, NO LATER THAN 9 October 2018 at 4:00pm CT.


 


Brittany M. Fleming, Contracting Officer, Phone 3097826814, Email brittany.m.fleming5.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP