SOLICITATION NOTICE
Y -- RECOVERY ACT - ICING RESEARCH TUNNEL REFRIGERATION SYSTEMS UPGRADE - DESIGNBUILD
- Notice Date
- 9/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09ZF031Q
- Response Due
- 10/9/2009
- Archive Date
- 9/23/2010
- Point of Contact
- Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.W.Sepesi@nasa.gov - Ronald L. Matthews, Contracting Officer, Phone 216-433-2766, Fax 216-433-2480, Email Ronald.L.Matthews@nasa.gov
- E-Mail Address
-
Ronald W. Sepesi
(Ronald.W.Sepesi@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Icing Research Tunnel (IRT) at NASA Glenn Research Center is one of NASAs mostutilized research facilities. Built at the end of World War II, the IRT was instrumentalin developing and testing ice protection systems for piston- and propeller-drivenaircraft. The IRT continues to play a substantial role in developing, testing, andcertifying methods to prevent ice buildup on all forms of aircraft as well as the effectsof ice accumulation on the performance and stability of aircraft in flight. Workcontinues today in the investigation of deicing and anti-icing research on aircraftincluding rotor systems, in-flight ice detection systems and certification of iceprotection systems for military and commercial aircraft. For these reasons, theperformance of the IRT is considered critical to NASAs continued commitment to aviationsafety.NASA Glenn Research Center plans to replace the existing tunnel heat exchanger andrefrigeration system at the Icing Research Tunnel (IRT) to improve and expand overallperformance of the wind tunnel.American Recovery and Reinvestment Act Requirements THIS PROCUREMENT IS SUBJECT TO THE AMERICAN RECOVERY AND REINVESTMENT ACT REQUIREMENTS. The expenditure of American Recovery and Reinvestment Act (ARRA) funds requires that theproject have a level of accountability, visibility and transparency that instillsconfidence in the American public that the funds are being expended efficiently and withthe intent of the Act.To that end, the Federal Acquisition Requirements have beenamended with language specific to the expenditure these funds.Specifically:52.203-15 Whistleblower Protections Under American Recovery and Reinvestment Act of 200952.204-11 American Recovery and Reinvestment Act Reporting Requirements52.215-2 Audit and Records Negotiation52.225-22 Notice of Required Use of American Iron, Steel, and Other Manufactured Goods Buy American Act Construction Materials52.225-21 Required Use of American Iron, Steel, and Other Manufactured Goods BuyAmerican Act Construction Materials52.214-26 Audit and Records Sealed Bidding52.225-23 Required Use of American Iron, Steel, and Other Manufactured Goods BuyAmerican Act Construction Materials Under Trade Agreements52.225-24 Notice of Required Use of American Iron, Steel, and Other Manufactured Goods Buy American Act Construction Materials Under Trade Agreements52.215-5 Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders Commercial ItemsBy submission of your Phase I proposal, the offeror hereby acknowledges and accepts thatthe above clauses will be incorporated into any resultant contract.Procurement Description The contract is structured as a Design-Build procurement per FAR Subpart 36.3.The scopeof work for design services includes development and finalization of a large scale,closed loop icing wind tunnel heat exchanger and refrigeration plant concept designprovided by the Government. Specialized design expertise is required for the design andengineering validation of the icing wind tunnel heat exchanger and refrigeration plant.Scope of work for construction includes the demolition/removal of the existing tunnelheat exchanger, fabrication and installation of a new icing wind tunnel heat exchanger,support systems, and refrigeration plant, including the construction of a newrefrigeration plant building. Work may include selective demolition including removal ofcontaminated soils, asbestos and lead containing paint. Plant building work includescomplete construction of an industrial building including partitions, finishes, plumbingsystems, HVAC systems, fire protection systems, electrical systems and collateralequipment to deliver a fully functional refrigeration plant and system.This procurement is being issued as unrestricted. It is the intent of the Government toselect not more than 3 firms to participate in Phase II of the procurement. The Phase IIcontract will result in a FIRM FIXED PRICE Contract. The possibility exists foradditional fee INCENTIVE provisions. Any incentive provisions will be described in thePhase II solicitation. The total budget for this project is $14,500,000.00, includingdesign, construction and activation. Offerors must provide a Phase I proposal by October 9, 4:00 p.m. EST. Phase I proposalsshall not exceed 25 pages. Please mail or hand-deliver an original and five copies to:Electronic and Facsimile copies will not be accepted. Please note that a solicitation forPhase II is NOT being issued at this time. After completion of the Phase I evaluation,the Phase II solicitation will only be issued to the most highly qualified offerors.Potential offerors are hereby notified that the maximum number of offerors who will beinvited to participate in Phase II will not exceed three. The Government anticipatesissuing the Phase II solicitation Mid-November 2009, with Phase II response within 30days. These services are required for the following:a) Design-build of a heat exchanger and refrigeration system for a large scale subsonicicing research wind tunnel. b) Design-build of architectural and infrastructure systems supporting (a).c) Design-build services for post-construction activation and as-built documentation.The North American Industry Classification System (NAICS) code is 236210 and $33.5million in three-year average annual receipts.The services listed above require detailed engineering design development capability inconjunction with coordinated field construction. Architectural-engineering servicesrequire the proven ability to perform multi-discipline field investigation, analysis,engineering, drafting, cost estimating, and schedule generation. Construction servicesrequire the proven ability to perform coordinated and integrated field construction in anoperational environment while observing NASA-specific operational, safety andenvironmental processes. Critical expertise shall include aerodynamic engineering andprediction, heat transfer and thermal performance, process controls, industrialrefrigeration systems, and maintenance and operations of complex facilities such assubsonic wind tunnels.Specific professional skills required beyond the critical skillset include Architectural, Civil, Structural, Mechanical, and Electrical Engineering. System expertise shall include building architectural, interior design, structures(foundations, steel and concrete), site work and pavements (roads, sidewalks and parkinglots), heating, ventilating and air conditioning, plumbing, fire detection andsuppression systems (certified in the state of Ohio), sanitary and storm sewers, naturalgas distribution, steam distribution, domestic water, centralized chilled water, controlsystems, electrical power systems (low voltage up to 600 volts and high voltage from2.4kV to 138kV), lighting, lightning protection, building counterpoise grounding,communication networks, and hazard assessments. Specialized services, such asenvironmental sampling, design and remediation (soils, lead, asbestos) and securitysystems may periodically be required.Prospective firms shall demonstrate the utilization of processes for documenting,tracking and resolving issues arising during both the design and construction phases.Engineering drawings shall be stamped by a licensed professional engineer or registeredarchitect.This project is wholly funded under the American Recovery and Reinvestment Act (ARRA) of2009 and as such is subject to all requirements imposed by the legislation. Theserequirements are mandatory and are subject to monitoring and auditing by the Governmentthroughout the contract performance period. Respondents must acknowledge the capabilityand willingness to meet the Federal Acquisition Requirements associated with ARRA-fundedcontracts.Prospective firms will be evaluated on the Phase I Factors listed below. (1) TechnicalCapability of the design-build team to successfully accomplish the required effort. (2)Technical approach to the design and construction of the critical heat exchanger andrefrigeration systems. (3) Relevant Experience and Past Performance of the design-buildteam on contracts with Government agencies and private industry in terms of relevancy ofwork, cost control, quality of work, and compliance with performance schedules;references and points of contact shall be provided. (4) Capacity for schedule managementand ability to accomplish the project planned within the required time-frame of twentymonths. (5) Proven use of internal quality controls in large projects. (6) Provenexperience and technical competence in the use of Safety in Design (practices tomitigate and/or eliminate risks and to ensure safety during construction), safety programand past safety history. The factors addressing the specialized experience, technicalcompetence and past performance shall be limited to the immediately preceding eightyears. PHASE I EVALUATION FACTORSFactor 1: Technical Capabilities of the Design Build Team to successfully accomplish therequired effort.The qualifications of the design-build team to successfully meet the intended performancerequirements are a critical evaluation factor.The offeror shall provide a discussion ofthe technical capabilities of the design-build team to effectively manage and technicallyaccomplish the stated requirements. The discussion shall include: the proposedorganization and design build team, unique capabilities of team members, capabilities ofthe design-build team as applied to critical aerodynamic and thermodynamic systems suchas the Icing Research Tunnel, specific roles and responsibilities of team members as itrelates to this procurement, rationale for selection of identified team members, andlines of authority between the prime and the team members. Included in this area shallbe a discussion of any prior contracts in which this team has previously functioned. Factor 2: Technical Approach to the Design and Construction of the Critical HeatExchanger and Refrigeration SystemsA previous IRT enhancement project completed in 1999, replaced and upgraded criticalcomponents of the tunnel. These enhancements included the replacement of the tunnelsheat exchanger. After the new heat exchanger was installed in 1999 several problems werenoted with the heat exchanger including (1) a reduction in the tunnels maximumachievable test section airspeed due to increased frictional losses across the heatexchanger, (2) uniformity of icing conditions in the tunnels test section were affectedby the heat exchanger aerodynamic design, and (3) ice particle build-up and shedding fromthe heat exchanger caused undesirable erosion of icing on the test models. Several ofthese issues are documented along with other lessons learned from the 1999 enhancementproject, AIAA-2001-0231, Lessons Learned from the Construction of Upgrades to the NASAGlenn Icing Research Tunnel and Re-Activation Testing. (See Attachment 1) A Concept Study has been recently completed that recommended the replacement of theexisting 1940s era centrifugal compressors and direct expansion heat exchangerrefrigeration system with new, screw-type compressors, automated controls, a secondarycooling fluid pumping system, a new wind tunnel heat exchanger and any/all associatedsystems modifications/additions. The Concept Study provided three (3) potential optionsfor the replacement of the IRT refrigeration system. NASA, along with input of theauthors of the Concept Study down-selected from these options to an option (designated inthe Concept Study as Option 3) that appears to provide to NASA both the technicalsolution and most appealing implementation methodology which minimizes the period of timethat the IRT is taken out of service. This Concept Study, performed under contract toNASA, is dated June 14, 2007. (See Attachment 2). Attachment 3 is included forreference, AIAA-2001-0232, Flow Quality Surveys of the NASA Glenn Icing Research Tunnel(2000 Tests).Prospective firms should provide a written detailed summary, not to exceed five (5) type-written pages in length, that includes the following: (1) a synopsis of how thedesign-build team would apply, or not apply, the recommendations of the Concept Study inthe detailed design of the heat exchanger and refrigeration system, (2) a synopsis of howthe design-build team would apply, or not apply, the lessons learned from the 1999enhancement project and (3) how the design-build team would propose to provide validationand verification of the technical performance of the engineered design. Particularemphasis will be placed on the prospective firms response to addressing the problemsassociated with ice accretion and shedding from the tunnel heat exchanger and the goal ofimproving the overall aerodynamic and thermodynamic performance of the tunnel.Factor 3: Relevant Experience and Past PerformanceRelevant Experience and Past performance information is one indicator of a prospectivefirms ability to successfully perform this contract. This evaluation will include therelevant experience and performance history of both the construction entity and thedesign entity.The assessment of the prospective firms relevant experience and pastperformance will be used as a means of evaluating the relative capability of theprospective firm and establish a level of risk for successful performance under thiscontract. Additionally, the Government is seeking to determine whether the prospectivefirm has consistently demonstrated a commitment to customer satisfaction, timely deliveryof services, adherence to contract terms and schedules, subcontractor management, safetymanagement, quality control programs, good workmanship, conformance to specifications,and fair and reasonable prices.Relevant Experience and Past performance findings will influence the standing of theprospective firm. Prospective firms may be given an opportunity to address unfavorablereports of past performance, and the prospective firms response will be taken intoconsideration.The prospective firm shall identify the design-build team and provide a minimum of three(3) and a maximum of five (5) relevant projects, designed and constructed within the pasteight years that are similar in size, scope, function and complexity to the proposedproject. Relevant project experience is defined as: 1. Design and engineering validation of similar icing wind tunnels and/or climatic testfacilities, including large-scale heat exchangers used in aerodynamic facilities.2. New construction or renovation of similar icing wind tunnels and/or climatic testfacilities, including large-scale heat exchangers used in aerodynamic facilities.3. Operational and/or maintenance experience with similar icing wind tunnels or climatictest facilities.4. Large scale complex construction or renovations involving industrial refrigerationplants and/or similar process piping and equipment. 5. Sites with continued operational activities during design and construction;demonstrating limited impact to continuing site operations.Relevance is strengthened by projects having multiples of the major project elementsidentified above. Prospective firms shall include details of each project, includingphotographs if available, that demonstrate the design-build teams expertise indesigning, constructing and activating relevant facilities and detailed information todemonstrate strengthening of Relevant Experience. Project information shall be submittedin the provided format. Please use Appendix A.The prospective firm shall identify the design-build teams disciplines, as well asrelevant capabilities and experience of the team, during all phases of the design-buildprojects referenced. The Past Performance Questionnaire included as part of the synopsis (Appendix B) shall beforwarded, by the prospective firm, to design-build team references. Prospective firmsare responsible for ensuring the completed questionnaires are submitted, by theirreferences, to the Point of Contact listed below. The questionnaires shall be submittedto Ronald.L.Matthews@nasa.gov no later than the proposal due date and time.Since the Government may contact references identified in this factor, it is criticalthat these individuals be familiar with the project to answer specific questionsregarding the prospective firms performance. The Government may choose to contactadditional customer(s) not provided by the prospective firm and may obtain additionalinformation through other sources, such as the Past Performance Retrieval System (PPIRS),and phone interviews. In addition to references provided, additional references may beincluded that are knowledgeable of design-build teams performance. In evaluating pastperformance, the Government will focus on information derived from the projects that aremost relevant to this project. Factor 4: Schedule PerformanceEvaluation of Schedule Performance will be a subjective assessment. The Government isseeking to determine whether the prospective firm has a demonstrated ability to staff andmobilize a design-build team to complete a project of this magnitude within the twentycalendar months allotted. For the critical and special skills noted above responsesshould demonstrate that these skills can be assigned from an available pool of resourcesas needed and without delay.A key element in demonstrating schedule performance is establishing, maintaining andreporting to a project schedule. Schedule performance may be aided by other managementtools such as critical path analysis, principles, Monte Carlo analysis or other toolsthat aid in continually assessing and adjusting the project schedule for optimumefficiency.Prospective firms shall include a summary of demonstrated capabilities to meet the goalsof schedule management and performance noted above.Factor 5: Use of Internal ControlsProspective firms should demonstrate examples of established internal controls to be usedin the effective management of design-build projects. These controls should include, butnot be limited to, (1) change order tracking and management, (2) Request for Informationtracking and management, (3) submittal tracking and management (4) configurationmanagement, including field changes and deviations, (5) documentation of meetings,reviews and other events, (6) cost tracking and management, including time management ofstaffing, and (7) quality assurance and quality control. Evaluation of internal controls will be a subjective assessment. The Government isseeking to determine whether the prospective firm has the demonstrated capability toeffectively monitor, document and manage projects of this magnitude. The level ofmaturity of internal controls is useful in making this determination.Factor 6: Safety in Design and ConstructionThe Government desires to do business with only those prospective firms that excel insafety performance. This factor exists to emphasize the importance of safety of designas well as safety in and around all construction sites and at the Center whereconstruction work is being performed. The following shall be considered:- Safety-In-Design: The prospective firm shall provide a written summary of practicesand procedures utilized by the prospective firm to address the safety of the designduring the design process with the goal of reducing or eliminating operational risks. Evaluation of this sub-factor is strengthened by examples of proactive safety-in-designimplemented within the relevant projects listed in Factor 1.- Safety Program: The prospective firm shall provide information that demonstrates acorporate commitment to construction safety on this project by specifically addressingeach of the following:Processes/Standard Operating ProceduresManagement Involvement/CommitmentEmployee participation and trainingIncentive/Awards programOther safety program innovationsProspective firms SHALL NOT simply submit a pre-packaged Corporate Safety Plan. - Construction Safety Performance History: Provide the number of lost time accidents forthe most recent 100,000-man hours of construction. This information is required for theprime contractor and all subcontractors that worked on the past contracts. The responseshall address each of the following:Description of Accident/Mishap and whether prime or subcontractor event Date/location ofoccurrence and contract title Actions taken following accident/mishap Agency/client POCand phone numberEmployer (of employee affected by event) POC and phone numberIn addition, provide the prospective firms EMR rating for the last three years.The Government may contact references for the purpose of validating the informationprovided in response to this factor as well as obtaining further insight into eachprospective firms corporate safety philosophy. The frequency and severity of events mayhave significant impact in the rating assigned to this factor.The Government reservesthe right to call any or all previous clients for the purpose of obtaining additionalinformation regarding the prospective firms record of accidents and mishaps.Relative Importance of FactorsAs related to the factors outlined above, Factors 1, 2, and 3 are individually consideredequal in importance. Factors 4, 5, and 6 are individually considered equal in importancebut of less importance than Factors 1, 2, and 3. Factor Ratings DefinedThe Government will conduct its evaluation utilizing the following ratings definitionsfor Factors 1, 2, 4, 5, and 6.One adjective rating will be assigned to each factor:Excellent The offer provided is deemed to exceed all essential elements and statedrequirements of the RFQ and SOW, and offers a distinct advantage to the Government. Very Good The offer provided is deemed to be beyond the stated requirements of the RFQand SOW, and offers an advantage to the Government. Satisfactory The offer provided is deemed to be adequate to meet the statedrequirements of the RFQ and SOW.Poor The offer provided is deemed to be less than adequate to meet the statedrequirements of the RFQ and SOW. The Government will conduct its evaluation utilizing the following ratings definitionsfor Factors 3. Very High Level of Confidence Moderate Level of ConfidenceLow level of ConfidenceVery Low Level of ConfidenceNeutral No relevant performance record is identifiable.SEE ATTACHMENT 4 - CONTINUATION PAGE FOR PHASE II EVALUATION FACTORS.All contractual and technical questions must be in writing and submitted via e-mail toRonald.L.Matthews@nasa.gov not later than 10-1-2009. Telephone questions will not beaccepted.Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09ZF031Q/listing.html)
- Record
- SN01966709-W 20090925/090924000148-c8111facd0afd502676c00935e43cc1e (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 |