Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2008 FBO #2337
SOLICITATION NOTICE

C -- 3-A-E-SERVICES-OFFICE-BUILDING-WAREHOUSE

Notice Date
4/18/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-A-E-SERVICES-OFFICE-BUILDING-WAREHOUSE
 
Point of Contact
Erick N. Lupson, Contracting Officer, Phone 216-433-6538, Fax 216-433-5489
 
E-Mail Address
Erick.N.Lupson@grc.nasa.gov
 
Description
This is a notice for firms to furnish Architectural and Engineering (A/E) Servicesin support of the NASA Glenn Research Center (GRC), Cleveland, Ohio. These services arerequired for the following: (a) Final design of a new 75,000 to 90,000 square foot officebuilding and a new 20,000 square foot warehouse. (b) Architectural and engineering (A-E)services during construction through project completion for shop drawing and submittalreview and for field engineering in response to questions from the constructioncontractor, the LEED commissioning agent, or the Government Project Team. (c) A-Eservices for post-construction as-built documentation. (d) A-E services to support theLEED certification process, including the submission of documentation to the US GreenBuilding Councils website. The North American Industry Classification System (NAICS)code is 541310 and $4.0 million in three-year average annual receipts.. THIS IS ANUNRESTRICTED PROCUREMENT. The final design services listed above require conceptdevelopment capability and the ability to perform multi-discipline field investigation,analysis, engineering, drafting, cost estimating, and schedule generation. The specificprofessional skills required include Architectural, Landscape Architectural, Civil,Structural, Mechanical and Electrical Engineering. System expertise shall includebuilding architectural, interior design, structures (foundations, steel and concrete),site work and pavements (roads, side walks and parking lots), heating, ventilating andair conditioning, plumbing, fire detection and suppression systems (certified in thestate of Ohio), sanitary and storm sewers, natural gas distribution, steam distribution,domestic water, centralized chilled water, control systems, electrical power systems (lowvoltage up to 600volts and high voltage from 2.4kV to 138kV), lighting, lightningprotection, building counterpoise grounding, communication networks, and hazardassessments. Specialized services, such as environmental sampling, design andremediation (soils, lead, asbestos) and security systems may periodically be required. The A/E shall be required to have Leadership in Environmental and Energy Design (LEED)accredited professionals assigned to this project to coordinate with a third-party LEEDcommissioning agent (provided by the Government). These professionals, along with thecommissioning agent, will lead the building commissioning process from design throughconstruction as required by the US Green Building Council. The new office building shallrequire a minimum LEED Certification of Silver by the U. S. Green Building Council. Inaddition, the new office building shall be designed in accordance with federal standardsfor the design of high performance, sustainable buildings. These include the EnergyPolicy Act of 2005 (requiring that new buildings be designed to better the ASHRAE energysavings requirements by 30%) and Federal Executive Order 13423 Strengthening FederalEnvironmental, Energy, and Transportation Management. The A/E shall use BuildingInformation Modeling (BIM) processes and software for the design of the warehouse. Selected A/E firms shall utilize a process for tracking and resolving issues raisedduring the design phase. Engineering drawings shall be stamped by a licensed professionalengineer or registered architect. Prospective firms will be evaluated on the criterialisted below in order of importance: (1) Professional qualifications of the staff to beassigned to this contract (including any consultants and subcontractors). (2) Capacity toaccomplish the work within the required time-frame of twelve months (final design portiononly). (3) Past Performance on contracts with Government agencies and private industry interms of cost control, quality of work, and compliance with performance schedules;references and points of contact shall be provided. (4) Proven experience in the designof aesthetically attractive and functionally efficient buildings. (5) Proven experienceand technical competence in the design of LEED certified office buildings. (6) Proven useof internal quality controls in large projects. (7) Proven experience and technicalcompetence in the use of Safety in Design (practices to ensure safety duringconstruction).(8) Proven experience and technical competence in the use of BuildingInformation Modeling (BIM). (9) Location of the A/E firm in the general geographic area,provided an appropriate number of qualified firms respond herein. The criteriaaddressing the specialized experience, technical competence and past performance shall belimited to the immediately preceding ten years. SUBMISSION REQUIREMENTS; To beconsidered, firms shall submit a Standard Form 330 (SF-330), Architect-EngineerQualifications, to be received in this office on or before close of business thirty (30)calendar days after appearance of this announcement (should the date fall on a weekend orholiday the SF-330 will be due the first workday thereafter). THE SF-330 SHALL INCLUDE ANATTACHMENT WHICH SHALL HAVE THE BURDEN RATE FOR ALL DISCIPLINES. THE SF-330 SHALL BERECEIVED ON OR BEFORE MAY 12, 2008. THIS IS NOT A REQUEST FOR PROPOSAL. Submissions shallbe addressed to Erick N. Lupson, Contracting Officer, Mail Stop 500-312, NASA GlennResearch Center, 21000 Brookpark Road, Cleveland, Ohio 44135. It is contemplated that afirm fixed-price contract will be awarded.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=829bb042662f10f003cdb67a254d4bdd&tab=core&_cview=1)
 
Record
SN01557374-W 20080420/080418220636-829bb042662f10f003cdb67a254d4bdd (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 |
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.