Sources sought for Next NGA West construction

ArmyOn May 17, the U.S. Army Corps of Engineers posted a sources sought notice for Construction of the National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) program (Solicitation Number: W912DQ-16-SS-NGA). A webinar regarding this sources sought will be hosted by NWK on May 25 at 2:00 p.m. CDT. Sources sought submissions must be received by 10:00 a.m. Central Daylight Time, June 3.

The purpose of this notice is to gain knowledge of interest and capabilities of various members of industry, to include the Small Business Community, for Commercial and Institutional Building Construction in the St Louis, MO metropolitan area. This effort is classified through the North American Industry Classification System (NAICS) under 236220 Commercial and Institutional building Construction. ($36.5M Small Business size standard)

It is anticipated that a solicitation announcement will be published on the Federal Business Opportunities website late in Fiscal year 2016 or early Fiscal year 2017. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is over $500,000,000 with an estimated construction duration of 4+ years.

The US Army Corps of Engineers, Kansas City District is seeking contractors to execute a competitive, firm-fixed price, Design-Build contract for the construction of a replacement facility for the National Geospatial-Intelligence Agency’s (NGA) 2nd Street, St. Louis facility, as part of the N2W program. This design-build procurement is anticipated to use Two-Phase Design-Build Selection Procedures in accordance with FAR 36.3. Phase one will result in the selection of 2 – 3 firms invited to submit a proposal in Phase two. Phase two submittals will include a price proposal and a technical proposal including design concepts and proposed technical solutions.

The completed N2W will result in a secure facility constructed in accordance with Intelligence Community Directive (ICD) 705. Some key design personnel on the design-build team may be required to have various levels of active security clearances.
All Offerors and subcontractors shall be required to comply with DFARS 252.225-7050, Disclosure of ownership or control by the government of a country that is a state sponsor of terrorism, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government and DFARS 252.209-7004, Subcontracting with firms that are owned or controlled by the government of a country that is a state sponsor of terrorism.

A contract will not be awarded to a firm or subsidiary of a firm if it is determined that the Government of a terrorist country has significant interest in the firm or subsidiary or if the firm is determined to be under foreign ownership of a country that sponsors or assists terrorism or is an intelligence threat. Subcontracts identified in the proposal are subject to the same eligibility determination.

The project is tentatively programmed for construction in FY18 through FY22. The project may include some of the following facilities/improvements:

a. Main Operations Building (approx 800,000 sf)
b. Central Utilities Plant (approx 38,000 sf)
c. Structured Parking (approx 1,000,000 sf)
d. Visit Control Center (VCC) (approx 7,300 sf)
e. Remote Vehicle/Truck Inspection Facility (approx 6,500 sf)
f. Associated Site improvements (roads, utilities, perimeter fence, landscaping, access control points, etc)
g. Installation of Furniture Fixtures and Equipment (FF&E) as well as Passive Information Technology (IT) cabling.
h. Temporary Integrated Program Office (IPO)

N2W Requirement: The N2W facility is required to replace mission critical facilities in St. Louis that have exceeded their service life. The project will accommodate new technologies and processes that will generate beneficial synergies through integration, collaboration, and geospatial data immersion. The ‘purpose-built’ facility will provide an open flexible work environment that is scalable, reconfigurable, and adaptive to changing mission requirements and the associated changes in workflow and data sharing methodologies. The project will provide NGA’s workforce with safe, secure, and efficient facilities that will meet the agency’s long-term requirements and vision for Geospatial-Intelligence (GEOINT) and will be consistent with the Director National Intelligence (DNI) facilities strategic plan. Given the scale of the construction project and the need for NGA to move from existing facilities minimizing dual operating costs, the N2W will require the builder to provide transition phase services from immediately after beneficial occupancy date (BOD) for up to 24 months later when the facility will be ready for full operational capability (FOC).

Full information is available here.

Source: FedBizOpps