Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOLICITATION NOTICE

C -- ON SITE ENGINEERING SERVICES AT GEORGE C. MARSHALL SPACE FLIGHT CENTERSMICHOUD ASSEMBLY FACILITY NEW ORLEANSLOUISIANA

Notice Date
6/18/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
AE4-08
 
Response Due
7/21/2008
 
Archive Date
6/18/2009
 
Point of Contact
Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162
 
E-Mail Address
ketela.white@msfc.nasa.gov, ketela.white@msfc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC plans to issue a Request for Proposal (RFP) for the following Commercialitem/services: The Architect-Engineering (A-E) services to be provided under this procurement consist of(1) A-E design services, (2) special studies, (3) construction support, and (4) totalbuilding commissioning for facility modification, repair, construction and maintenanceprojects at the George C. Marshall Space Flight Centers Michoud Assembly Facility (MAF)in New Orleans, Louisiana. The majority of the facilities at MAF are in direct supportof MAFs mission to manufacture complex space systems and include laboratories, flightvehicle manufacturing,test facilities and office buildings. MAF is undergoing atransition period wherein new NASA projects are initiating activities at MAF and otherNASA projects are closing out activities at MAF. As such, the services below may bephased in based on service requirements and availability of contract funds. The selectedfirm will provide these services on-site at MAF.A-E design services include, but not limited to, preparing architectural, civil,structural, environmental, electrical, mechanical, fire protection, building automationsystem, and multi-discipline project designs in support of local and CoF projects at MAF(Note: local projects are defined as projects having construction costs less than $500K,with CoF projects being those having construction costs greater than $500K). Effort willalso include development and checkout of programs for Programmable Logic Controllers(PLC) for manufacturing support systems and facilities and Distributed Control Systems(DCS) for utility controls. Project designs will include criteria development,construction drawings, calculations, specifications, and cost estimates. MAF has anenergy management system that monitors and controls equipment and systems in the variousbuildings. Design services for the addition/modification of hardware due to addition ormodification of HVAC or related equipment will be required. In addition to projectdesigns, the selected firm will perform surveys, geotechnical analysis, and as-builtdrawing preparation (CoF and local projects). All facility projects will incorporatefacility sustainability in planning, design, and construction. New construction will beLeadership in Energy and Environmental Design (LEED) certified.Special studies will pertain to facilities, land use, and other infrastructure. Thesestudies typically involve a technical assessment which may require field investigation,historical research, sketch/drawing preparation, cost estimates, and a written reportdocumenting the results/recommendations of the study.These special studies may berequested to address an infrastructure concern, potential enhancement or other sitecondition. Construction support includes: (1) providing construction inspection and quality controlfor all phases of construction; (2) providing test monitoring and documentation to verifyconstruction and maintenance projects are in accordance with the contract drawings andspecifications; (3) conducting evaluations and reviews of all required submittals for theproject; (4) providing technical support for disposition of all Requests for Information,Design Change Requests, and Change Items. Construction support is applicable to both CoFprojects and local projects. Total building commissioning includes providing a building commissioning agent throughoutthe design and construction to provide technical support of total building commissioningfor new buildings. The commissioning agent will also be responsible for supporting thecommissioning of existing buildings.The magnitude of MAFs annual local program is anticipated to include 5 to 150 projectshaving construction costs between $2K and $50K and 2 to 20 projects having constructioncosts between $50K and $500K. Total annual construction value is anticipated to bebetween $2M to $5M. MAFs annual CoF program is anticipated to include between $10M to$40M of building, structure, and utility system repairs, alterations, modifications, andconstruction. The annual CoF program historically consists of between four and eightprojects each having a construction cost greater than $500K.The following is a listing of criteria that will be used in the preliminary screening ofthe A-E firms responding to this announcement. A-E firms must meet these requirements tobe considered for the work: 1. Provide a completed Standard Form 330 and submit appropriate data as described inGovernment-Wide Numbered Note 24. Use solicitation number AE4-08 on all informationsubmitted in connection with this announcement. 2. Submit proposals that include a management plan, including an organization breakdownshowing the capacity to perform the work as listed above. Proposals that include aPartnering approach with multiple branch offices, firms, consultants, subcontractorsetc., must show the division of labor between the partners. The A-E shall clearly definethe capabilities and size of the lead/proposing office. Other company resources andexperience should be shown separate from the lead offices resources and experience. Proposals must address the ability to accommodate a contract funding profile that mayvary depending on required contract services and available funds. 3. Demonstrate that the proposed contract Construction Managers/Inspectors (CMIs) thatwill execute the construction phase services and value engineering are trained andexperienced in construction management and inspection of industrial facilities. 4. Demonstrate that the proposed contract Commissioning Agent (CA) that will execute thetotal building commissioning services is a mechanical engineer and a Certified EnergyManager (Association of Energy Engineers) with experience in the design and commissioningof mechanical systems. The commissioning agent shall have experience using energyanalysis software such as DOE-2, Trane Trace, Carrier E20-II, etc. 5. The proposals must show a capacity that includes a minimum of the followingdisciplines. This can include a combination of the corporate, and branch and/or partneroffices within the United States: Minimum of 5 electrical engineers. Minimum of 5 mechanical engineers. Minimum of 3 architects. Minimum of 3 structural engineers. Minimum of 3 civil engineers. Minimum of 5 CMIs. Minimum of 5 cost estimators. 6. Have registered professionals on-site that will stamp all work provided. 7. Have the proposing firms office located within 500 miles from the MAF Plant. The A-Eshall clearly define the location of the proposing office. 8. Have a minimum of 50 employees located at the proposing firms 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 and manufacturingfacilities (50 points); (2) Past Performance on A-E contracts at MAF, other governmentagencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (15 points); (4) Professional Qualifications (5 points); (5) Previous MAF Contracts (5 points) and (6) Geographical Location (5 points). This is not a request for proposal. Rather firms are being invited to demonstrate theirability to meet the above requirements. Negotiations leading to award will be conductedin accordance with FAR 36.606.The staffing level for contractor/subcontractor personnelto be located on-site at MAF will be subject to negotiations with the selected A-Econtractor. In addition, more information on the various services such as constructionsupport and total building commissioning will be discussed during negotiations. It is anticipated that a cost type contract with a one-year base and four one-yearoptions will be awarded for the base scope. The estimated start date of the contract isSeptember 2008. The above services are not set-aside for Small Business or SmallDisadvantaged Business Firms. Submissions must be received at the address shown below no later than 3:00 pm, Local Timeon July 21, 2008, in order to be considered. This notice is intended to providesufficient information for preparation of a Standard Form 330.All firms that respondmust submit their Standard Form 330 based on information contained in this notice andshould not contact MSFC officials by letter or by telephone to request additionalinformation. The address for submission including regular and express mail as well asovernight packages is: Chris KatterheinrichMail Code PS32, Building 4250, Room 36H NASA George C. Marshall Space Flight Center MSFC, AL 35812 The Government has determined that certain organizational conflicts of interest need tobe avoided during the performance of the A-E contract. As a result, the followingrestrictions apply: 1. The successful A-E contractor or any of its major subcontractors (performing more than10% of the total contract value) shall not be a user/tenant of MAF for any purpose otherthan for providing A-E services resulting from this synopsis. 2. The successful A-E contractor or any of its major subcontractors shall not have anextended corporate relationship with (a) a user/tenant of MAF or (b) the successfulofferor of the Manufacturing Support and Facility Operations Contract (MSFOC). In otherwords, 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 orthe 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 allother existing or prospective contractual relationships with users/tenants of MAF forapproval.Documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/MSFC Business Opportunitieshome 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 anymodifications to this announcement. The NAICS Code and Size Standard are 541330 and $4,500,000.00, respectively. An ombudsman has been appointed. See NASA Specific Note "B".Any documents related to this procurement will be available over the Internet. Thesedocuments will reside on a World-Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/MSFC Business Opportunitiespage is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below.All contractual and technical questions must be submitted in writing (e-mail or FAX) toChris Katterheinrich, Fax 256-544-9162; email christine.katterheinrich-1@nasa.gov notlater than July 3,20084:00PM Local Time. Telephone questions will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d64241099cb99e5079710bd120537e1&tab=core&_cview=1)
 
Record
SN01595935-W 20080620/080618215739-0d64241099cb99e5079710bd120537e1 (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.