SOURCES SOUGHT
Y -- CONSTRUCT CONSOLIDATED INFORMATION TECHNOLOGY CENTER
- Notice Date
- 2/10/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- CITC-1
- Response Due
- 3/12/2009
- Archive Date
- 2/10/2010
- Point of Contact
- Curtis M. Paul, Contracting Officer, Phone 661-276-3346, Fax 661-276-2904, - Terra L Calahan, Acquisistion Support, Phone 661-276-5985, Fax 661-276-2243, />
- E-Mail Address
-
Curtis.Paul@nasa.gov, Terra.L.Calahan@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS ForConstruct Consolidated Information Technology Center (CITC)NASA- Dryden Flight Research Center, Edwards AFB, CAThis is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; marketsurvey for information only, to be used for preliminary planning purposes. THIS IS NOT ASOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NASA-Dryden Flight Research Center has a requirement to construct a Consolidated InformationTechnology Center at NASA-Dryden Flight Research Center (DFRC) at Edwards AFB, CA. Theanticipated contract will be Firm Fixed Price. No reimbursement will be made for anycosts associated with providing information in response to this synopsis or any follow upinformation requests.The purpose of this synopsis is to gain knowledge of interest, capabilities andqualifications of various members of the Small Business Community including Section 8(a),Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-OwnedSmall Business (SDVOSB). The type of solicitation will depend upon the responses to thissources sought synopsis. The Government must ensure there is adequate competition amongthe potential pool of responsive contractors.Construction Services to be performed will consist of constructing an office/InformationTechnology center (CITC) building. The project will facilitate reliable, secure and rapidanalysis of critical flight research data to fully prepare DFRC for the importantaeronautics research missions of the future. The CITC building will be constructedadjacent to the existing Data Analysis Facility (DAF), Building 4838, to minimizerequired infrastructure upgrades. The project includes but is not necessarily limited to:22,000 SF two story facility with offices, raised floor computer room (approximately5,000 SF), conference room with Video/telecom capability (approximately 1,000 SF),development and testing laboratories, restrooms, kitchen/break room areas, workroom,storage areas, HVAC systems, and fire detection and protection systems. Supporting siteimprovements will include water, sewer, gas, electric, paving, walks, curbs and gutters,and security lighting. The building shell is composed of C.M.U. with steel frame. Theroof will be EPDM on a predominantly flat surface with a parapet at the perimeter. Therewill also be various modifications to Building 4838 to include miscellaneousmodifications to the existing office space and elevator, and demolition of the existingdumbwaiter. This is to be an ANSI/TIA/EIA-942, Tier III facility. Estimated Construction Range: Between $5,000,000 & $10,000,000.Project Duration: 540 calendar days.North American Industrial Classification System (NAICS) Code: 236220.Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must havethe capability to perform at least 15% of the contract work with his/her own employees.Prior Government contract work is not required for submitting a response under thesources sought synopsis.Interested parties should include the following information in their Statement ofCapabilities or Qualifications (SOQs): 1) Business name, address, cage code, socioeconomic classification (i.e. HUBZone, 8(a),and/or SDVOSB) Include a copy of your certification issued by the SBA, if applicable, foreach socioeconomic classification; 2) Clear evidence of the firm's experience (no more than 5 projects please) performingwork of a similar type, scope, and nature in remote areas. The experience should beidentified by: contract numbers, agency issuing the contract, project titles, dollaramounts and points of contacts (both contractor and customer) with telephone numbers,emails, addresses, etc. Indicate if you were the prime or subcontractor (if subcontractoron the project, provide prime contractor information). Description of items/servicesprovided under the contract. If your firm has never contracted with the FederalGovernment as a prime contractor, or as a subcontractor, provide construction services tocommercial sources with the same specifics as requested for Federal Customers;3) Include attachments documenting the company's equipment assets, personnel resourcesand financial resources that demonstrate company responsibility and capability to performthe required work;4) A positive statement of your intention to submit an offer for the solicitation (ifissued) as a prime contractor;5) Statement of bonding capacity (the project will require 100% performance and paymentbonds on the final amount of the project awarded);6) Has your firm ever been terminated for cause or default from a contractualarrangement, whether Federal or private sector, as a result of failure to perform, poorquality and workmanship provided, etc.? If so, please provide the specifics;7) Has your firm been determined non-responsible by a contracting officer or has the U.S.Small Business Administration (SBA) failed to issue a Certificate of Competency to yourfirm or teaming partners when the matter was referred to SBA for review andconsideration? If so, please provide the specifics: And8) Is your company registered in the Central Contractor Registration (CCR) database(http://www.ccr.gov).Interested parties are encouraged to respond to this notice not later than MArch 12,2009. You may either email your response and any relevant information regarding specificperformance or other qualifications regarding the construction services requested toCurtis Paul, Contracting Officer at curtis.m.paul@nasa.gov and the email should beentitled "Construct CITC - Sources Sought" or mail them to the contracting officer atNASA-Dryden Flight Research Center, P.O. Box 273, MS: 1422, Edwards, CA 93523. DO NOT SEND GENERIC HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BEDISCARDED. Please ensure that all responses are comprehensive and provide a name andpoint-of-contact for your firm for a follow-up by this office or the procuringcontracting officer. If you have responded to any previous email messages or had othercommunications with our office regarding preliminary market research for thisconstruction project, please be advise that it will be necessary for you to respond tothis sources sought request and the items contained herein.As stated in the first paragraph, THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUEDAS SUCH. All information is to be provided on a voluntary basis at no charge to theGovernment. There is no entitlement to payment of direct or indirect costs related to orarising out of responses received by the Government from interested contractors. Allinformation/materials provided to the government will become the proper of the Governmentand will not be returned. There is no guarantee, expressed or implicit, that the marketresearch for this acquisition will result in a set-aside either competitive or solesource or of any guarantee of award or particular acquisition strategy developed.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b5f78e4aa1b78af496d2a349f10e1e6&tab=core&_cview=1)
- Record
- SN01747438-W 20090212/090210215600-4b5f78e4aa1b78af496d2a349f10e1e6 (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 |