Lake City Army Ammunition Plant (LCAAP) Unrestricted A-E Single Award Indefinite Delivery Contract

Agency:
State: Missouri
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159929509351013
Posted Date: Mar 15, 2024
Due Date: Apr 15, 2024
Source: Members Only
Lake City Army Ammunition Plant (LCAAP) Unrestricted A-E Single Award Indefinite Delivery Contract
Active
Contract Opportunity
Notice ID
W91DQ24SS7000
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 15, 2024 10:02 am CDT
  • Original Published Date: Mar 14, 2024 11:38 am CDT
  • Updated Response Date: Apr 15, 2024 12:00 pm CDT
  • Original Response Date: Apr 15, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 30, 2024
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Independence , MO 64056
    USA
Description

The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330, Engineering Services which has a small business size standard of $25,500,000.00. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.



The U.S. Army Corps of Engineers, Kansas City District seeks qualified Architect-Engineering (A-E) firms interested and capable of providing an array of Design Services to execute projects that support Lake City Army Ammunition Plant (LCAAP) program. The work will be located primarily at LCAAP in Independence, Missouri, with the possibility of work within the Kansas City District military construction boundaries. The Government is contemplating an unrestricted A-E Single Award Indefinite Delivery Contract. The estimated magnitude of this Single Award Task Order Contract (SATOC) is $50-100M. It is anticipated that this Solicitation will be published in the System for Award Management (SAM) in the spring of 2024.



The A-E will be required to perform planning efforts to support the LCAAP program and provide either full design and specifications or gather requirements to prepare a Design-Build RFP for the facility(ies) based upon the final product line design requirements. Product lines are in various stages of development and the successful A-E will provide engineering support and work interactively with the government/industry LCAAP development team during the latter stages of the various product line development with respect to how those requirements decisions impact final facilities, and infrastructure/utility needs. Services include planning efforts, Request for Proposal (RFP) preparations, cost estimating, sustainable design, technical integration, commissioning, systems integration, and construction phase services will also be required. The A-E will be required to provide a design that meets all DoD and Army explosives safety standards, including all protective construction requirements of UFC 3-340-02 and all necessary personnel protection as required by DoD 6055.09- M. The A-E will be required to obtain appropriate approvals through U.S. Army Technical Center for Explosives Safety (USATECS) and Department of Defence Explosive Safety Board (DDESB). The A-E will also be required to incorporate design features that allow for rapid, flexible, high-quality construction.



Task Orders issued to support other LCAAP mission areas will include a wide variety of design, planning, studies and other efforts These projects will include, but not be limited to: Facility planning, pre-design services, design of new facilities (office buildings, ammunition storage bunkers, warehouses, etc.), Design-Build and Design-Bid-Build RFP preparation, existing conditions studies, planning studies, life cycle cost analysis, roof repair/replacement designs, building demolition, site work, facility repair or renovation, mechanical and electrical system design/upgrades. Assignments will include preparation of plans and specifications, cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, geotechnical investigations, commissioning, construction-phase services (engineering design during construction, checking design drawings, submittal reviews), environmental assessments, archaeological investigations, drainage/flood studies, evaluations of green technologies and sustainability/ energy conservation measures.



Automated Production Equipment Design Services



Task Orders issued under this SATOC will support the LCAAP requirements. Task Orders may include, but not be limited to design of various small caliber General Purpose and Special Purpose ammunition production lines. Production facilities will contain primary production areas including, but not necessarily limited to: casing, bullet production, primer/propellant loading, and high speed assembly. Support areas include parts maintenance workshops, chemistry lab, raw materials receiving and storage, product packaging, product storage and shipping, offices, locker rooms, meeting/break rooms, and cafeteria.



Some task orders would receive, process, and store classified information at the SECRET level. For those task orders, A-E firms are required to employ staff with a SECRET clearance or capable of obtaining a SECRET clearance, qualified to perform the anticipated project work, and must have access to a Defense Security System (DSS) certified computer system by the time the Task Order is awarded. At the time of award, the selected A-E must also have a SECRET Facility Clearance.



The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. The following information is requested in this Sources Sought (SS) announcement with a limit of ten (10) pages for your response:




  1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include Unique Unique Entity ID (UEI) and CAGE code.

  2. Firm’s interest in providing a SF330 on the pending synopsis once issued If the synopsis only included the design of facilities and supporting infrastructure.

    1. If the synopsis only included the design of facilities and supporting infrastructure.

    2. psis also included the design of manufacturing equipment and production lines including process specific equipment.



  3. Experience for LCAAP Program requirements: Provide evidence of capabilities to perform work comparable to that required for this project (e.g. design of an industrial building for the purposes of arms manufacturing, design of facilities that had significant structural requirements including compliance with UFC 3-340-02 and DoD 6055-09- M, obtaining approvals through USATECS and DDESB, experience with design that allows for rapid construction, design of facilities requiring SECRET or higher classification). Provide three recent relevant/comparable projects (not more than 10 years old). Include the project name; dollar value of the project; description of the key/salient features of the project and those that demonstrate similarity to the work required under this SATOC; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets), and delivery method (e.g., Design-Bid-Build, Design-Build, etc.).

  4. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including UEI number and CAGE code.



Please send your Sources Sought responses via email to stephanie.r.kretzer@usace.army.mil. Submissions should be received by 12:00 p.m. CDT, 15 April 2024.



This synopsis is for market research purposes only and IS NOT A REQUEST FOR AN SF330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >