Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOURCES SOUGHT

Y -- Construction of a new Compound Semiconductor Laboratory and Microelectronics Integration Facility on the MIT LL campus at Hanscom Air Force Base

Notice Date
4/4/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ18X0023
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District, is issuing this Sources Sought Announcement for a construction project at Hanscom Air Force Base (HAFB), Lexington, Massachusetts to determine the interest, availability, and capability of Small Business and Large Business concerns as described below. The NAICS code for this procurement is 236220. The estimated construction cost is between $100,000,000 and $250,000,000.00. The solicitation is planned to be issued on or about 15 April 2019. Massachusetts Institute of Technology Lincoln Laboratory (MIT LL) is a Federally Funded Research and Development Center (FFRDC) chartered to apply advanced technology to problems of national security. The project scope of work described herein involves the construction of a new Compound Semiconductor Laboratory and Microelectronics Integration Facility on the MIT LL campus, which is located on Hanscom Air Force Base (HAFB), Lexington, Massachusetts. The Compound Semiconductor Laboratory and Microelectronics Integration Facility (CSL-MIF) building is a Military Construction-Air Force (MCAF) project currently programmed to begin construction in Fiscal Year 2019. The CSL-MIF consists of approximately 162,000 gross square feet (GSF) of new laboratory and office space which includes a Clean Room complex for use by the Advanced Technologies Division of MIT LL. The intent of the CSL is to consolidate MIT LL's existing compound semiconductor materials growth, fabrication and characterization facilities. The intent of the MIF is to consolidate and enhance MIT LL's facilities for the fabrication and packaging of specialized advanced electronic prototypes. The building is anticipated to be three stories and constructed using concrete foundations, a steel and reinforced concrete superstructure, and energy efficient building systems, envelope, and roofing. The new building will be connected to other MIT LL buildings via a pedestrian connector bridge as part of this project. Specialized construction requirements include large and sophisticated clean rooms for microprocessor development and experimentation (the total cleanroom area under filter is approximately 35,000 net square feet, designed to Federal Standard (FED STD) 209E Class 10/International Organization for Standardization (ISO) Class 4 standards); associated complex HVAC and electrical requirements; secure communications areas; hazardous, toxic, and corrosive process liquid and gas storage, transport, distribution and associated waste collection systems; and a structural and foundation system that minimizes vibrations and noise in the clean room areas. The facility will be constructed to meet Institute of Environmental Sciences and Technology (IEST) standards for vibration control (VC) to VC-C/D with select portions to VC-E. Required support process utilities include the following: Equipment Cooling Water (ECW), Clean Dry Air (CDA), three (3) grades of gaseous nitrogen (N2), Liquid nitrogen (LN2), Process Vacuum (PVAC), Ultra-Pure Water - semiconductor grade (UPW), 120/208/480V single-phase and three-phase power with UPS, liquid waste treatment (pH adjustment), and abatement of hazardous exhaust streams. The CSL-MIF is to be located on an existing paved parking lot that contains a cluster of trees in the center and is surrounded by other structures and as such is considered a constrained site. The site slopes from south to north with a change in grade of approximately 28 feet. Site improvements will include demolition of 5 buildings, expansion of the main chiller plant, providing a new feed from the main electrical distribution plant, access roads, replacement parking, relocation of existing utilities and new utility connections, landscaping, and all other work necessary to make this a complete and usable project. Facilities are being designed as permanent construction in accordance with the Department of Defense (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, sustainability principles in accordance with UFC 1-200-02, and High Performance and Sustainable Building Requirements. Note that installation of laboratory-owned equipment and high-value tool sets will be completed by others. This project is on a secure DoD facility and involves sensitive information; all members of the contractor's team who work on this project must be US citizens and will be subject to a background check. As noted above, the proposed location for the CSL-MIF is presently a parking lot on a constrained site. Therefore, a laydown, staging and storage area will be created approximately one-quarter mile south of the CSL-MIF building location by the tear-down and removal (i.e., demolition) of five 1950s era buildings. The building demolition will include the complete removal of associated building foundations and utilities, and backfilling the foundation areas with suitable fill. This work will require the abatement of hazardous waste in the buildings, including but not limited to, asbestos and lead paint and other materials common to building construction of the 1950s. The Government is considering consolidating all described work into one procurement package or splitting the project into two separate procurements. If the project is split into two procurements, one procurement would include the construction of the CSL-MIF building and all other site improvements (expanded chiller plant, electrical feeder, required paving, etc.) and one procurement would be issued for the demolition of the five buildings including hazardous waste abatement, removal of foundations and utilities and all backfilling requirements. The decision to consolidate this work will be based upon the results of this market research. Please describe how consolidating this work into one project will affect the offer's ability to do the work, either positively or negatively. This project requires comprehensive traditional construction expertise, including but not limited to, civil, mechanical, electrical, plumbing, structural, geotechnical, and architectural disciplines as well as many specialized construction areas, including but not limited to, the construction of sophisticated cleanrooms for the research and development of microelectronics and all supporting expertise. Testing and analytical work will be ongoing in adjacent existing facilities during the construction. Impact to on-going operations must be kept to a minimum and carefully coordinated with the Contracting Officer, MIT LL and HAFB staff. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the Construction team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience with two examples of a construction project, similar in scope, complexity and dollar value to this project that the team has performed. The examples must demonstrate capabilities beyond typical building construction and shall highlight demonstrated experience with the construction of large and sophisticated cleanrooms associated with microprocessor development and experimentation (designed to Federal Standard (FED STD) 209E Class 10/International Organization for Standardization (ISO) Class 4 standards); strict temperature and humidity control; associated complex HVAC and electrical requirements; secure communications areas; hazardous, toxic, and corrosive process liquid and gas storage, transport, distribution and associated waste collection systems; and structural and foundation system that minimize vibrations and noise in the laboratory space in accordance with the IEST standards noted above. The past experience examples must have been performed within the last 10 years. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. The responses shall clearly identify the role (i.e., prime construction contractor, subcontractor, construction manager, etc.) of each party identified in the capabilities package for each project submitted. Responses shall also include proof of bonding capability. Responses are due May 4th, 2018. Responses should be addressed to Alysha Macdonald and emailed to Alysha.MacDonald@usace.army.mil. Responses are limited to 30 pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and 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 18 months from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0023/listing.html)
 
Place of Performance
Address: Hanscom Air Force Base, Lexington, Massachusetts, United States
 
Record
SN04878549-W 20180406/180404231550-c8d954ab0c8d830b4e4551ce0d583d89 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.