Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

99 -- Architecture and Engineering (A&E) Design Services for DTRA Heavy Test Site Construction

Notice Date
5/19/2022 11:45:55 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEFENSE THREAT REDUCTION AGENCY KIRTLAND AFB NM 87117-5669 USA
 
ZIP Code
87117-5669
 
Solicitation Number
DTRA-22-0112
 
Response Due
6/19/2022 11:00:00 AM
 
Point of Contact
Ivan Mella, Phone: 5716162329, Fax: 5058464246, James Melancon, Phone: 5716162059
 
E-Mail Address
ivan.a.mella.civ@mail.mil, james.a.melancon.civ@mail.mil
(ivan.a.mella.civ@mail.mil, james.a.melancon.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR INVITATION FOR BID (IFB).� This notice does not obligate the Government to award a contract or otherwise pay for the information submitted in this request. The Defense Threat Reduction Agency (DTRA) supports multiple entities throughout the Department of Defense (DoD) by performing weapons testing and procuring test articles for weapons testing.� DTRA operates test sites in several locations, including White Sands Missile Range (WSMR) and Kirtland Air Force Base (KAFB). �DTRA is responsible for fielding and conducting effects testing for high explosives, phenomenology, electromagnetic, chemical, biological, and thermal radiation. The scope and definition of these tests vary as tests are released and applications for participation are received from all branches of service, private commercial industries, foreign governments, and other research activities. To accommodate these needs, contracted effort includes construction of test beds, test structures and other support. DTRA is looking to acquire Architecture and Engineering (A&E) Design Services to include all aspects of architecture and engineering design, construction management, and reporting. �A&E Design Services are required to produce designs or testing plans for construction of test articles.� Associated testing plans and objectives often require the design and then construction of test articles to validate the object being tested or to achieve certain results. �Design support required from 30% design submittals through 100% design submittals approved and certified by a licensed Professional Engineer for all disciplines, to include, but not limited to: �Civil, Structural, Electrical, and Mining. Survey submittals will be reviewed and submitted by registered surveyors or architects and engineers.� These test articles are varied in design requirements and can include, but are not limited, to multi-storied structures, above and underground carports, and underground bunkers built with reinforced concrete and high strength steel, and extensive tunnel systems at varying sizes, lengths, and varying depths below the surface. Designs may require modeling reports and analysis that show the design can withstand test required blast pressures or pulse pressures, or respond to other stressors to meet test objectives. Designs may require value engineering or be limited to certain cost thresholds per FAR Subpart 36.6 - Architect-Engineer Services. The purpose of this announcement is to identify small businesses construction companies capable of performing the work outlined herein. The Government intends to compete this requirement among small businesses.����� Description of work: The following list of tasks are required on the new contract: Design of multi-story reinforced concrete or earthen filled structures (2-5 stories) with subsurface spaces and/or basement structures. Design of Steel structures and platforms with unique fabrication up to 100 feet in height. Design for construction and/or repair of remote dirt or partially paved roads. Design of electrical systems and power supply and/or relocation. Design for trench work in soil and concrete to support placement of instrumentation for measuring data. Design of earthen berms for protection of blasting. Design of extension or new tunnel systems similar to mining with diameters ranging from 5ft. to 30ft and lengths ranging from 50ft. � 800ft; may be D shape or circular profile. Subsurface materials vary. Design of vent shafts or bore holes from varying depths to the surface within all types of subsurface materials. Integrate gage and camera mount designs, account for data cable egress and protection, and practices into structural designs for support to capturing test objectives. Design of shotcrete emplacement, includes use of welded wire fabric, rock bolts, and installation of steels sets. Design of portals and other types of door structures in above and underground structures. Design of overburden and/or above ground earthwork, include slopes of up to 45 deg and excavation at varying elevations (15 ft and below). Provide modeling reports and design submittals to provide proof of concept for blast pressure, pulse, and other external stressors in relation to design submittals and meeting test objectives. Perform geological/mapping surveys to validate existing site conditions and subsurface materials in support of design requirements and testing objectives. Location of work: �The �major construction sites that associated designs will be completed for are located on White Sands Missile Range, NM approximately 45 miles from the closest base entrance. The base entrance is located approximately 25 miles from the nearest town and is considered remote with little direct support for services.� Work may be required at other DTRA locations, including KAFB. Applicable NAICs Codes:� �The primary NAICS code is 541330 � Engineering Services.� Other applicable and relevant NAICS codes are 541310 � Architectural Services, 541340 - Drafting Services, 541360 - Geophysical Surveying and Mapping Services, and 21311 - Support Activities for Mining. Response Requirements:� �In response to this Sources Sought publication, provide a Capability Statement package with a limit of 15 pages.� Submissions should include pertinent information demonstrating your company's capabilities to independently accomplish the specific work described above.� In addition, include a list of any similar projects completed in the last 5 years.� Provide contract numbers, references or point of contact (POC) information related to recent associated projects. Include a detailed description/list of key personnel that would be assigned to manage projects for this type of work.� For each individual, provide a resume which includes details related to Professional Licensing and/or certifications. Other information can include general company data, current/potential business partnerships, core competencies, differentiators (unique capabilities), and POC information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a4d834d42e34b06ab4cfcb251006b2b/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN06333333-F 20220521/220519230105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.