SPECIAL NOTICE
C -- ARCHITECTURAL ENGINEERING SERVICES FOR MISCELLANEOUS STUDIES AND DESIGN TASKS AT MAF
- Notice Date
- 3/6/2008
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NASA-SNOTE-080306-002
- Archive Date
- 3/6/2009
- Point of Contact
- John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Marty B. Hanson, Contracting Officer, Phone 256-544-0989, Fax 256-544-9162, Email Marty.B.Hanson@nasa.gov
- E-Mail Address
-
Email your questions to John A. Busbey
(john.busbey@msfc.nasa.gov)
- Description
- This synopsis is to solicit responses which NASA George C. Marshall Space Flight Center will utilize to select a contractor for negotiations leading to the award a contract to be used for the acquisition of Architect-Engineering (A-E) Services for miscellaneous studies and design tasks at Marshall Space Flight Center?s Michoud Assembly Facility (MAF) in New Orleans, Louisiana. The majority of the facilities at MAF are in direct support of MAF?s mission to manufacture complex space systems and include laboratories, flight vehicle manufacturing and test facilities, and office buildings. The A-E services to be provided under the proposed procurement consist of field investigations, engineering studies, final designs, and other A-E services including the following: 1. Cost studies and engineering feasibility studies for large Construction of Facility (CoF) projects (> $500,000), as well as small locally (< $500,000) approved projects. 2. Preparation of final design documentation for miscellaneous modification, rehabilitation, new construction, and repair projects ranging in construction value from $10,000 to approximately $50,000,000. Although the Government intends to primarily utilize the proposed contract for support involving projects with a value greater than $500K, there may be instances when support on projects with a value of $500K or less will be required. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this synopsis. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330. 2. Have the following disciplines located at the A-E?s lead office: ? Minimum of 3 electrical engineers. ? Minimum of 3 mechanical engineers. ? Minimum of 3 architects. ? Minimum of 3 structural engineers. ? Minimum of 3 civil engineers. 3. Have registered professionals that will stamp all work provided. 4. Have the lead office located within 500 miles from MAF. 5. Have a minimum of 30 employees located at the lead office. Factors to be scored (100 maximum points) in the selection process include: (1) Specialized experience and demonstrated capabilities in the restoration, modernization and renovation design for office, laboratory and test facilities (50 points); (2) Past Performance on A-E contracts at MAF, other government agencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (10 points); (4) Professional Qualifications (10 points); (5) Previous MAF Contracts (5 points) and; (6) Geographical Location (5 points). In the submittal, the A-E firm shall clearly define the location of the lead office as well as the capabilities and size of that particular office. Other company resources and experience should be shown separate from the lead office?s resources and experience. The proposed contact will be a firm-fixed price indefinite delivery, indefinite quantity type contract with a one-year base and four (4) one-year options. It is estimated that contract award will be made in the May to June 2008 timeframe. The above services are not set-aside for Small Business or Small Disadvantaged Business firms. This is not a request for proposal. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include solicitation number AE3-08 in their submitted Standard Form 330, Architect-Engineer Qualifications, as well as on the letter of transmittal and other information submitted in response to this announcement. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 330 and appropriate data as described in Government-Wide Numbered Note 24. Submissions must be received at the address shown below no later than 2:00 p.m. local time on April 3, 2008, in order to be considered. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter or by telephone to request additional information. The address for submission including regular and express mail as well as overnight packages is: John A. Busbey Mail Code PS32, Building 4250, Room 36C NASA George C. Marshall Space Flight Center MSFC, AL 35812 The Government has determined that certain organizational conflicts of interest need to be avoided during the performance of the A-E contract. As a result, the following restrictions apply: 1. The successful A-E contractor or any of its major subcontractors shall not be a user/tenant of MAF for any purpose other than for providing A-E services resulting from this synopsis. 2. The successful A-E contractor or any of its major subcontractors shall not have an extended corporate relationship with (a) a user/tenant of MAF or (b) the successful offeror of the Manufacturing Support and Facility Operations Contract (MSFOC). In other words, the successful A-E contractor (including any major subcontractor) shall not be (1) a parent of, (2) a subsidiary of, (3) a partner in a joint venture with, (4) an owner of, (5) owned by, or (6) otherwise inappropriately affiliated with a user/tenant of MAF or the MSFOC contractor at any time during the performance of the A-E contract. 3. The successful A-E contractor (including any major subcontractor) shall disclose all other existing or prospective contractual relationships with users/tenants of MAF for approval. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Potential offerors are responsible for monitoring this site for the release of any modifications to this announcement.
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#129010
- Record
- SN01526283-W 20080308/080306225125 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |