Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2004 FBO #0829
SPECIAL NOTICE

C -- DESIGN AND OTHER PROFESSIONAL SERVICES REQUIRED TO REVITALIZE AND UPGRADE THE OPERATIONS AND CHECKOUT BUILDING (O&C) AT THE KENNEDY SPACE CENTER, FL

Notice Date
3/2/2004
 
Notice Type
Special Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Archive Date
3/2/2005
 
Description
This synopsis specifies the Government’s requirement. There is no separate solicitation package. Only two copies of the Architect and Engineer’s (A&E) response to this notice are required. The professional services required for this project may include, but will not necessarily be limited to conducting field investigations, topographical surveys, and analysis of existing and planned work and support systems and to prepare engineering studies, reports of recommended action and/or design packages. The firm will be selected to develop complete design packages and to provide studies, surveys, reports, environmental permit applications, environmental certificates of compliance and at the discretion of KSC, to perform other professional and incidental services for the subject project, such as project and construction management support in all phases of the work throughout design and construction. This may include review of shop drawings, resolution of problems, providing of inspection services in the post-design phase of the project and construction drawings. The A&E shall have knowledge of different types of construction methods and be responsive to changes in direction. All tasks will require multi-disciplined engineering skills for performance of the required work. The selected A&E firm’s project staff must include, as a minimum, specialists in the following engineering disciplines who must have extensive experience in large office building renovation. The following disciplines are required: Architectural, Civil (with environmental engineering experience), Structural, Mechanical, Electrical, Communication Systems, and Project Management. This staff shall have a combined experience in the design of office building renovation and campus guideline development and planning. The A&E shall have the computer capability to assist in engineering calculations and computer aided drafting. The A&E shall have experience in different types of wall/ roof/ floor construction, furniture layout, HVAC, plumbing, building control systems, industrial and institutional type electrical systems, grounding, lighting, lightning protection, fire detection and suppression systems, computer networks, energy conservation and constructability. The A&E shall also have demonstrated experience in system testing. The A/E shall have a Registered Communications Distribution Designer (RCDD) with current experience in the design of communications networks and premise wiring systems. The A&E shall provide a design that will strive to meet a Leadership in Energy and Environmental Design (LEED) Green Building Rating System rating of Silver. Provide a project contact/team member who will be responsible for coordinating the LEED process during design. Information about the LEED program may be found at https://www.usgbc.org/LEED/Project/certprocess.asp The primary task of the A&E Firm will be the revitalization and upgrade of the Operation and Checkout (O&C) building (M7-0355). The North Wing of the O&C is a three story facility with approximately 73,000 sq. ft. per floor. Renovation will include the removal / demolition of all interior systems and replacement with modern energy efficient systems. Systems to be renovated will include but not limited to HVAC, floors, ceilings, wall partitions, windows, fire protection and detection, lighting, electrical, mechanical, plumbing, communication, and system furniture. Design of the exterior renovation of the O&C building will also be required. As part of the outside renovation of the O&C, the A&E shall consider the outside architecture and historical importance of the surrounding building in the Industrial area and propose an architectural standard for other surrounding buildings. The design shall minimize construction impacts to occupants of the facility in other areas of the building. The design and construction of the O&C will be a multiyear effort and could be divided into the following Phases: Phase 1 FY04 - Design of the third floor East Wing (Approx. 32,000 sq. ft.) FY04 - Design of the first and second floor East Wing (Approx. 64,000 sq. ft.) and outside renovation of the building / Industrial Area. FY05 - Construction of the third floor East Wing Phase 2 FY05 – Design of the first and second floor West Wing (Approx. 82,000 sq. ft.) FY06 - Construction of the first and second floor East Wing Phase 3 FY06 – Design of the third floor West Wing (Approx. 41,000 sq. ft.) FY07 – Construction of the first and second floor West Wing Phase 4 FY08 – Construction of the third floor West Wing Execution of Phase 2 and beyond will depend on the A&E performance on previous phase. Government Fiscal Years runs from October to September. Approved designs will be utilized for the advertising and award of fixed price construction contracts utilizing either competitive or best value bidding. The magnitude of each construction phase is expected to exceed 5 million dollars. All packages prepared by the A&E firm shall include detailed cost estimates and schedules. The selected A&E firm shall provide design services and technical assistance during bidding. The A&E firm will be selected in accordance with the evaluation factors described below. A responding A&E firm must tailor their submittal to the specific requirements of this synopsis. The submittal may not exceed 50 pages. The 50 page limitation includes the SF 255 and any additional information the offeror feels may benefit their firm in the selection process. The SF 254 will not be counted or included in the 50 page limitation. Only the first 50 pages of an offer that exceeds the page limitation will be evaluated. A page is defined as one side of an 8 1/2" x 11" sheet of paper (fold out page will be counted in accordance with its size). Offers may submit on single or double sided sheets, but shall not exceed the page limitation. Cover pages and tab pages are acceptable but information on these pages will not be considered. The following evaluation factors are in descending order of importance and will be used in the evaluation of all A&E submittals for this project. NASA will consider the immediate past 10 years as the period of time for evaluation under factors (1) and (2). (1) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, responsiveness and success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (Selection Weight, 30 percent). (2) Specialized experience and technical competence in the type of work required (Selection Weight, 35 percent). (3) Professional qualification necessary for satisfactory performance of required services (Selection Weight, 15 percent). (4) Capacity to accomplish the work in the required time (Selection Weight, 10 percent). (5) Location of the essential staff for this project (or a commitment to locate) in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project (Selection Weight, 10 percent). As a part of your submittal, provide in order of the above factors, a specific response to each factor. A&E’s responding to this notice should submit, along with the Standard Forms 254 and 255, any additional information that they deem to be of benefit to the firm in the selection process. The proposed design team qualifications as they relate to the specialized experience and technical competence required for this project should be stated. A Facility Study is available upon request. A copy of the Study may be obtained by contacting Mr. Jose Perez-Morales, (321) 867-1453. Two copies of the Architect and Engineer's (A&E) response to this notice are required. Closing date for responding to this notice is close of business March 31, 2004. Offerors are cautioned that submittals received after the specified closing date may be considered late---see note 24---all references in numbered note 24 to the Department of Defense shall be changed to read National Aeronautics and Space Administration. Technical questions should be directed to Mr. Jose Perez-Morales, (321) 867-1453. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Bldg. N6-1009, Kennedy Space Center, FL 32899. All qualified firms may provide a submittal. This is not a small business set-aside. Please reference R-2004-01 when responding.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/KSC/OPDC20220/NASA-SNOTE-040302-001/listing.html)
 
Record
SN00535352-F 20040304/040302225657 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.