Nevada Bids > Bid Detail

NVARNG QTR HWAD A-E Title I Sources Sought

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159153923543363
Posted Date: Apr 10, 2023
Due Date: Apr 21, 2023
Solicitation No: NVARNG_SS-PN322440
Source: https://sam.gov/opp/6d5e835627...
Follow
NVARNG QTR HWAD A-E Title I Sources Sought
Active
Contract Opportunity
Notice ID
NVARNG_SS-PN322440
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NM USPFO ACTIVITY NV ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 10, 2023 11:27 am PDT
  • Original Response Date: Apr 21, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Hawthorne , NV 89415
    USA
Description

Sources Sought for Architect-Engineer (A-E) Title I on Design to Construct Qualification Training Range (QTR)



INTRODUCTION



The Nevada Army National Guard, USPFO-NV Purchasing and Contracting Office 2452 Fairview Drive Carson City NV 89701 is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide professional artchitect-engineering services (Title I) necessary to develop a design for the construction of the Qualified Training Range (QTR) at the Hawthorne Army Depot, NV.



The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



Objectives of the Sources Sought




  • Understand the level of interest and availability of potential vendors that could provide the requested design solution.

  • Identify issues, roadblocks, and barriers to successful solution implementations.

  • Obtain vendor feedback on if the vendor will utilize any subcontractors or teaming arrangements.

  • Identify if a total solution can be provided via open market contractors.

  • Provision of other benefits of leveraging a turnkey solution.

  • Comments regarding any ambiguities or needed clarifications of the Draft technical specifications.

  • Obtain vendor feedback on any other pre-existing contracts that might meet this need.



PROGRAM BACKGROUND



Hawthorne Army Depot lacks the facilities to support local training on weapons systems assigned to Soldiers and units assigned to Hawthorne Army Depot. Units are required to travel to neighboring installations to train and qualify with their weapon systems to meet the Army's training standards and training goals. This situation increases training distractions, reduces available individual and unit training time due to transportation, and increases unit coordination for logistics requirements to support training away from Hawthorne Army Depot. The current situation considers continuing to train on existing, inadequate and obsolete ranges at Hawthorne Army Depot. None of the existing facilities meet current training requirements and make it impossible to support increased training, throughput, and safety mandates. This alternative does not support the objective.



REQUIRED CAPABILITIES



The Government requires designs for a modified QTR consisting of Construct a modified Qualification Training Range (QTR) at Hawthorne Army Depot, NV. Primary facilities include the QTR Range, range operations control area (ROCA), small-arms control tower, classroom building, ammunition breakdown building, toilets, covered mess, and bleacher enclosure. The facilities will be designed to meet Industry Standards as well as all local, State, and Federal building codes and as per 40 USC 4154. Construction will include all utility services, information systems, roads, walks storm drainage and site improvements. Facilities will be designed to a minimum life of 50 years in accordance with DoD's Unified Facilities Code (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance as per ASA(IE&E) Sustainable Design and Development Policy Updated 2017. Access for individuals with disabilities will be provided. Antiterrorism Measures are to be included in accordance with the DoD Minimum Antiterrorism standard. This project will comply with the Army 1 SQFT for1 SQFT disposal policy through the disposal of 3,345 SF. Air Conditioning (Estimated 6 Tons). The A-E is responsible for determining what disciplines and skill sets are required for accomplishing the work and form a team accordingly. The A-E will need to work extensively to ensure understanding and compliance with all federal, state, and local codes, criteria, and permitting requirements. The A-E must accomplish the required services and furnish to the Government reports and other data together with supporting material developed during the period of performance as set forth herein. During the execution of work, the A-E must provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. The A-E must provide services to the Government during solicitation and construction of the project as they pertain to correcting ambiguities, errors, deficiencies, and omissions in the design.



Qualification. The design must be qualified and demonstrate compliance to the standards and compliance within US Army Training Circular: TC 25-8 Training Ranges. This includes, but is not limited to compliance with UFC 1-200-01 DoD Building Code; UFC 1-200-02 High Performance and Sustainability Requirements; UFC 3-600-01 Fire Protection Engineering for Facilities; UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings; UFC 3-101-01 Architecture; UFC 3-201-01 Civil Engineering; UFC 3-210-10 Low Impact Development; UFC 3-301-01 Structural Engineering; Engineering Guideline 01/2016 Preparation of Structural Calculations; UFC 3-420-01 Plumbing Systems; UFC 3-400-02 Design: Engineering Weather Data; UFC 3-401-01 Mechanical Engineering; UFC 3-410-01 HVAC Systems; UFC 3-410-02 DDC for HVAC; ASHRAE 62.1 Ventilation for Acceptable Indoor Air Quality; UFC 3-501-01 Electrical Engineering; UFC 3-520-01 Interior Electrical Systems; UFC 3-530-01 Interior and Exterior Electrical Systems; UFC 3-550-01 Exterior Electrical Power Distribution; UFC 3-575-01 Lightning and Static Electricity Protection Systems; UFC 3-580-01 Telecommunications Interior Infrastructure Planning and Design; NFPA 70 National Electrical Code; UFC 3-600-01 Fire Protection Engineering for Facilities; UFC 4-021-01 Design and O&M Mass Notification Systems; NFPA 1 Fire Code; NFPA 10 Standard for Portable Fire Extinguishers; NFPA 13 Standard for the Installation of Sprinkler Systems; NFPA 20 Standard for the Installation of stationary Pumps for Fire Protection; NFPA 22 Standard for Water Tanks for Private Fire Protection; NFPA 24 Standard for the Installation of Private Fire Service Mains and their Appurtenances; NFPA 30 Flammable and Combustible Liquids Code; NFPA 72 National Fire Alarm and Signaling Code; NFPA 80 Standard for Fire Doors and other Opening Protectives; NFPA 90A Standard for the Installation of Air-Conditioning and Ventilation Systems; NFPA 101 Life Safety Code; NFPA 110 Standard for Emergency and Standby Power Systems; NFPA 400 Hazardous Materials Code; NFPA 720 Standard for the Installation of Carbon Monoxide (CO) Detection and Warning Equipment. Proof of qualification should be addressed in the response.



Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units.



SPECIAL REQUIREMENTS



Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.



ELIGIBILITY



The applicable NAICS code for this requirement is 541310 with a Small Business Size Standard of $12.5M. Large and small businesses interest is being requested. The Product Service Code (PSC) is C211.



SUBMISSION DETAILS



Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Officer, Alex Norris, in either Microsoft Word or Portable Document Format (PDF), via email alex.norris@us.af.mil no later than 1:00 p.m. PDT on 21 April 2023 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.



If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR NVARNG DO NOT DELETE 2452 FAIRVIEW DRIVE
  • CARSON CITY , NV 89701-6807
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 10, 2023 11:27 am PDTSources Sought (Original)

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 >