SOLICITATION NOTICE
C -- AE SERVICES 2009
- Notice Date
- 10/30/2008
- 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-AnE-Services-2009
- Archive Date
- 10/30/2009
- Point of Contact
- Erick N. Lupson, Contracting Officer, Phone 216-433-6538, Fax 216-433-5489, />
- E-Mail Address
-
Erick.N.Lupson@nasa.gov<br
- Small Business Set-Aside
- Total Small Business
- 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, and the NASA PlumBrook Station, Sandusky, Ohio. These services are required for projects to rehabilitate,repair, construct, modify, or demolish research and institutional facilities includingtest cells, laboratories, buildings, electrical systems, mechanical systems, pavementsand roads, and utility systems. The project size will typically be less than $5,000,000total construction cost. These projects will be issued to selected firms/teams on anIndefinite Delivery, Indefinite Quantity (IDIQ) task-order basis.THIS IS A 100% SMALL BUSINESS SET-ASIDE. The North American Industry ClassificationSystem (NAICS) code is 541310 and $4.5 million in three-year average annual receipts fordetermining whether or not a business is small.Required services for projects may include the preparation of conceptual engineeringstudies and final designs. Final designs typically include multi-discipline fieldinvestigation, engineering and drafting, implementation planning, construction biddocuments preparation and cost estimating. The disciplines required include projectmanagement, architectural, civil, structural, mechanical, and electrical engineering.Engineering project management experience shall include the ability to lead teams(multi-disciplined and cross organizational) and control cost, quality of work andcompliance with performance schedules.Demonstrated cost control for both design andconstruction is desirable. That is, clear requirements are defined prior to final designto minimize scope changes, designs support accurate construction estimates that result inbids within budget, and during construction field change orders are minimized.Specific expertise shall include architectural building systems, interior design,structures, pavements (roads and parking areas), site development (includinglandscaping), heating, ventilating and air conditioning, plumbing, fire protection(certified in the state of Ohio), sanitary and storm sewers, natural gas, low and highpressure steam, domestic water, chilled water, cooling tower water, electrical powerdistribution (including low voltage up to 600 volts and high voltage from 2.4kv to138kv), controls, lighting, fire and smoke detection, life safety, lightning protection,and grounding.Some designs will require structural analyses, piping network flowanalysis, piping flexibility analysis, electrical short circuit analysis and coordinationstudies, and hazard analysis.Specialized services, such as environmental sampling, design and remediation, securitysystems design, and logistics system design may periodically be required. There may alsobe a need for related services such as construction management and engineering supportduring construction including field investigation, review and approval of submittals andshop drawings, response to Requests for Information, response to differing siteconditions, review of drawings, specifications and field changes, and preparation ofschedules and cost estimates.The A/E shall be required to have Leadership in Environmental and Energy Design (LEED)accredited professionals assigned to designated NASA projects to coordinate the LEEDprocess (including documentation during construction).Some projects may require the A/Efirm to provide a third party commissioning authority.Designated projects shall requirea minimum LEED Silver Certification by the U. S. Green Building Council. NASA requiresthat sustainable design principles be incorporated into all projects.The A/E shall be required to have internal quality control processes that are utilizedduring the execution of the above work. Engineering drawings shall be stamped by alicensed professional engineer or registered architect. In addition, past experience inthe use of Building Information Modeling (BIM) is desirable.The contract will have a base period of one year, with four one-year options. TheGovernment reserves the right to make multiple awards to one or more selected firms. Future tasks issued under the contract will be firm-fixed price. Firms shall respond tothe following criteria addressing all requirements of this synopsis. Prospective firmswill be evaluated on these criteria in order of importance: (1)Past performance of the firm and any subcontracts and consultants as demonstratedby their project portfolio. Past performance with the Federal Government as well asprior experience having worked together as a team is desirable.(2)Staff qualifications and experience as demonstrated by individual resumes of keypersonnel assigned to this contract.(3)Staffing capacity and flexibility to accomplish the work.(4)Location of the A/E firm and any subcontracts and consultants.The above criteria addressing the specialized experience, technical competence and pastperformance shall be limited to the immediately preceding ten years. SUBMISSION REQUIREMENTS; To be considered, firms shall submit a Standard Form 330(SF-330), One Original and One copy, clearly marked to be received in this office on orbefore close of business thirty (30) calendar days after appearance of this announcement(should the date fall on a weekend or holiday the SF-330 will be due the first workdaythereafter). The Four Evaluation Criteria: Past Performance, Staff Qualifications,Staffing Capacity and Flexibility; and Location shall be addressed in Section H of theSF-330 Form. THE SF-330 SHALL BE RECEIVED ON OR BEFORE December 1, 2008. THIS IS NOT AREQUEST FOR PROPOSAL. Submissions shall be addressed to Erick N. Lupson, ContractingOfficer, Mail Stop 500-312, NASA Glenn Research Center, 21000 Brookpark Road, Cleveland,Ohio 44135. The Government reserves the right to award this work in separate contractsfor the above Architect and Engineering Services to one or more selected A/E firms. Seenote 24. Provisions of Note 24 apply to this notice except that (a) in the sentencebeginning Selection of firms for negotiations, the fourth additional considerationlisted is changed to read (4) past experience, if any, of the firm with respect toperformance on contracts with NASA, other Government agencies and private industry; and(b) in the last sentence, National Aeronautics and Space Administration is substitutedfor Department of Defense.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc64b767615c0c45fd3585b42116b0b5&tab=core&_cview=1)
- Record
- SN01698815-W 20081101/081030215545-dc64b767615c0c45fd3585b42116b0b5 (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 |