SPECIAL NOTICE
C -- A-E Design Services for Weapons Generation Facility
- Notice Date
- 12/14/2020 11:41:49 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F21C0010
- Response Due
- 12/30/2020 10:00:00 AM
- Archive Date
- 01/14/2021
- Point of Contact
- Melissa Harlon, Phone: 4029952490, Ann Therese Young, Phone: 4029952667
- E-Mail Address
-
melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil
(melissa.r.harlon@usace.army.mil, ann.t.young@usace.army.mil)
- Description
- This is a Notice of Intent to Sole Source. �THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID.� NO SOLICITATION IS CURRENTLY AVAILABLE.� This Notice of Intent is prepared in accordance with FAR Subpart 5.2 to include FAR 5.203(a) and FAR 5.207(c). The U.S. Army Corps of Engineers, Omaha District intends to award a sole source firm-fixed-price A-E Services contract to Black & Veatch Corporation (B&V) to advance the 35% concept design to 100% design through construction award of a Weapons Generation Facility (WGF) at Ellsworth Air Force Base (AFB), South Dakota. � A previous Sources Sought Notice W9128F20SM016 was posted on June 9, 2020 in relation to this requirement.� There were three (3) responses received of which only one (1) proved qualified and capable of fulfilling the anticipated requirement.� In addition to the sources sought notice, additional market research was performed by canvassing other USACE Districts� and Centers� available A-E services contracts and researching the efforts for competition on similar, recent WGF design projects. B&V is the designer of record for similar WGFs located at Malmstrom AFB, F.E. Warren AFB and Barksdale AFB.� While the various WGFs are similar in function and layout, these complex requirements are constantly evolving throughout the life of the program.� B&V has performed at a high level on all previous design efforts associated with the WGF program.� B&V has gained valuable experience through numerous design review conferences, design meetings with Nuclear Weapons Center personnel, communications with stakeholders and assistance with post-award construction efforts.� B&V is the only A-E firm that has developed the engineering capabilities in-house to be able to design and adjust to these WGF design requirements. PROJECT DESCRIPTION: The WGF will be approximately 4,850 Square Meters (52,210 Square Feet).� A reinforced concrete facility that places all nuclear maintenance and storage operations in a single facility to minimize the effects of weather in operations, improve operational security (OPSEC) and increase security posture.� WGFs are single hardened facilities within a protective zone.� Backup generators are a requirement for the facility for the critical operations in the facility.� Nuclear certified hoists and cranes are also required to perform asset handling and maintenance functions. This project meets applicable criteria/scope specified in Air Force Manual 32-1084 - Facility Requirements.� This project will comply with Department of Defense (DoD) S-5210.41M.� Ammunitions and Explosives Safety Standards will comply with DoD Manual 6055.09 Vol 2.� All construction will meet requirements for essential facility system nuclear design certification per Air Force Manuals (AFMAN) 91-118, AFMAN 91-119, and Facilities Criteria 04-420-07F.� The project storage, maintenance and admin area will comply with DoD physical security of sensitive conventional arms, ammunition, and explosives per DoD 5100.76-M.� The design shall conform to criteria established in the Air Force Corporate Facilities Standards, the Installation Facilities Standards, but will not employ a standard facility design because there is no Air Force standard facility design for this project, and there is no applicable standard design from Air Force Civil Engineer Center. The A-E will be required to have Secret level security clearances requirement for the discipline leads that would be accessing classified information or making site visits. The design shall be treated as Unclassified Controlled Nuclear Information (UCNI) as described under section 148 of the Atomic Energy Act.� UCNI is controlled information on a need to know basis and must be controlled and labeled accordingly.� Design drawings cannot be transmitted via unencrypted email. As per DFARS 236.204, the magnitude of the estimated cost of construction (ECC) range for this project is between $100,000,000.00 and $250,000,000.00. RESPONSES: Any response received from a responsible source in relation to this Notice of Intent will be considered by the agency.� USACE is not responsible for any costs incurred by those parties responding to this notice of intent. �Responses will be shared with the Government and the project management team, but otherwise will be held in strict confidence.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7afdef4abd244a585515e534ef3a223/view)
- Place of Performance
- Address: Ellsworth AFB, SD 57706, USA
- Zip Code: 57706
- Country: USA
- Zip Code: 57706
- Record
- SN05873034-F 20201216/201214230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |