Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

C -- IDIQ ARCHITECTURAL AND ENGINEERING SERVICES AT STENNIS SPACE CENTER

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS10AA56B
 
Response Due
4/12/2010
 
Archive Date
3/12/2011
 
Point of Contact
Dao Kooamphorn, Contract Specialist, Phone 228-688-3681, Fax 228-688-6024, Email kanokwan.kooamphorn@nasa.gov - Chuck J Heim, Contract Specialist, Phone 228-688-3199, Fax 228-688-1141, Email charles.j.heim@nasa.gov
 
E-Mail Address
Dao Kooamphorn
(kanokwan.kooamphorn@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Stennis Space Center (NASA/SSC) is seeking qualified firms to provideArchitect-Engineer services under an Indefinite Delivery Indefinite Quantity (IDIQ)contract. The minimum dollar amount the Government will be required to order will be$25,000.00 with an anticipated maximum amount of $9,000,000.00. The duration of thecontract will be for five (5) years. The Architect-Engineer (A/E) firm will be selectedto perform multidiscipline tasks under task ordering procedures. A. REQUIREMENTS A.1 Due to the nature of the anticipated work, a multidiscipline firm is needed withthe following capabilities: 1.Architectural Space planning and office layout,Conceptual building renderings, Roofing, replacement, New building design, Existingbuilding modifications and additions, 2. Civil Engineering, Geotech, Roadway,Environmental, Water supply/distribution systems, Wastewater collection and conveyancesystems, and Storm drainage systems. 3. Electrical Engineering, Low voltage, Highvoltage, Fire alarm and detection systems, and Fiber optics. 4. Mechanical Engineering,Ambient piping, Cryogenic and high pressure piping and systems, HVAC, EMCS, Plumbing, andFire Protection. 5. Structural Engineering, Facility modifications, and new buildings. 6. Design/Constructability Reviews. 7. Cost Estimating. 8.CADD Support, AutoCAD,Pro-E, and 3-D Modeling. Services required could include but are not limited to thefollowing: Given recent pipe NDE (non-destructive examination) data, provide a study todetermine the optimal wall thickness and margin to address the current design liferequirement of 50 years, including an assessment of corrosion effects on the requireddesign life and address if the desired life expectancy is realistic. Provide topographicsurveys, geotechnical analysis, and soil composition analysis, value engineering, costestimating, conceptual designs, preliminary engineering reports, provide support indevelopment of environmental documentation, complete design development of high pressurewater system piping and associated components, preparation of construction drawings andspecifications (editable in Microsoft Word). The high pressure industrial water systemat SSC is required to provide flow rates up to 360,000 gpm at a working pressure of 215psig. Pipe diameters range from 66 inches to 112 inches. Pipe diameters will be sizedto accommodate required flow rates. Analysis and design of pipeline supports and thrusttake-out structures, and optimize the piping route based on underground utilities,roadways, tunnels and other existing underground infrastructure. Given data, definecritical interfaces for controls and instrumentation within the HPIW Distribution Pipingdesign and use environmentally friendly processes, materials, and equipment whereappropriate. Design of connections to the existing system will be required. Planningand design shall allow the cross-country piping to be completely constructed in place,cleaned, and tested while isolated from the existing active HPIW Distribution PipingSystem which shall remain in service. All designs and specifications shall comply withapplicable SSC, NASA, and industry standards. The selected A-E firm is expected to workclosely with Government personnel, project managers, and user groups. The selected firmmust be capable of completing a background investigation through site security to obtainaccess to the Test Facilities.It is strongly desired that the selected firm be locatedwithin 300 miles of the place of performance. The following experience categories(profile codes) as identified on the SF-330 Architect-Engineer Qualifications aredesired for this solicitation:A10, C17, C18, E03, E09, P04, P07, R10, R11, S05, S09,S11, T02, T04, T06, V01, W02, and W03.Title II services may also be required, such asbut not limited to construction inspection services, preconstruction conferences, andconstruction management. Attached are potential tasks being considered for thissolicitation. A.2 The place of performance is Stennis Space Center Mississippi. A.3 This acquisition is for architect-engineer (A-E) services, and is procured inaccordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FederalAcquisition Regulation. A-E firms meeting the requirements described in this announcementare invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications,Parts I and II, and (2) additional information requested by this synopsis. A.4 NASA Policy Directive 8820.3 requires incorporation of sustainable design principlesto the maximum extent possible to reduce life-cycle costs, implement pollution preventionprinciples, and minimize facility impacts on natural resources while maximizing occupanthealth, safety and productivity. All projects may not require the application of thisdirective; however, where it is appropriate, these design requirements will be metthrough application of the Leadership in Energy and Environmental Design (LEED) approach. A.5 Offerors responses on the SF-330, Section H Additional Information shall includeat least three references that are familiar with the offerors skill level andprofessional development in LEED design and documentation. A.6 Additionally in Section H of the SF-330, offerors shall provide a brief narrative fortheir cost estimating approach and should include any unique factors in the estimatingapproach for performing work in the MS Gulf Coast area, specifically SSC. Offerors shallprovide a sample estimate with their proposal.A.7 Firms that have capability in environmental disciplines shall submit theirinformation under the Additional Information Section H of the SF 330 regarding theircompliance record (civil and criminal) for the past five years and any Notices ofViolations, Consent Orders, and/or Administrative Penalty Assessments (fines) issued orcurrently pending to the offeror or subcontractor from the federal EPA, the MississippiDepartment of Environmental Quality (MDEQ), Mississippi Department of Health (MDH)Asbestos Programs Branch, or from any other environmental regulatory body in Arkansas,Louisiana, Alabama and Florida. Provide date, location, brief discussion of thecircumstances of each non-compliance, and date of final disposition of the matter orcurrent status. A.8 Firms that do not have LEED projects certified or LEED projects submitted forcertification shall submit a development plan as Appendix A LEED Development Plan withthe submission of Standard Form 330. The purpose of the plan is to explain how theofferor will ensure its staff can meet the LEED project design milestones and mitigaterisks associated with limited experience in LEED concepts. The plan must be detailed anddemonstrate specifically what steps the offeror will take to develop its LEED capability. It must include a time table of steps the offeror will take and how progress will bemeasured to develop its knowledge and skills. The plan shall be incorporated into thecontract if selected for award. On projects requiring LEED concepts, the offeror shallbe required to demonstrate increased knowledge and skills for LEED design as per theapproved Development Plan. B. EVALUATION Firms responding to this announcement before the closing date will be considered forselection based on the following selection criteria as stated in FAR 36.602-1 todetermine the most highly qualified firms. Evaluation of past performance and experiencemay include information provided by the firm, customer inquiries, Government databases,and publicly available sources. Failure to provide requested data, accessible points ofcontact, or valid phone numbers could result in a firm being considered less qualified. The criteria for evaluation, and point values assigned to each criterion is as follows:(100 point total) 1. Professional qualifications necessary for satisfactory performance of requiredservices (15 points) 2. Specialized experience and technical competence in the type of work required (25points) 3. Capacity to accomplish the work in the required time (10 points) 4. Past experience, if any, of the firm with respect to performance on contracts withNASA, other Government Agencies, and Private industry in terms of cost control, qualityof work, and compliance with performance schedules (15 points) 5. Location in the general geographical area (Louisiana, Mississippi and Alabama) of theproject and knowledge of the locality of the project; provided, that application of thiscriterion leaves an appropriate number of qualified firms, given the nature and size ofthe project (15 points) 6. Other evaluation criteria established for this procurement are: (20 points total) a. Experience with design considerations unique to the gulf coast such as high humidity,wind, soil type, subsidence and flood potential; (5 sub-points) b. An effective approach to cost estimating; (5 sub-points) c. An environmental compliance record; (5 sub-points) d. Previous LEED design projects or LEED development plan as required (5 sub points)C. PROPOSAL DELIVERY INSTRUCTIONS C.1 Offerors responses shall be submitted on SF 330 in spiral binding or 3-ring bindersand CD. Responses shall be clear, concise, and shall include sufficient detail foreffective evaluation and substantiation of all information. Elaborate brochures ordocumentation, detailed artwork, or other superfluous embellishments are unnecessary andare not desired. Tabs shall be marked to identify each part and subpart in correct orderas laid out by the SF 330. Part I Subpart A through I, Part II include Appendix A LEEDDevelopment Plan (if Applicable), and any supplemental information shall be marked withtabs as appendices. C.2 Four (4) copies of your responses must be received by April 12, 2010. John C.Stennis Space Center Attn: Dao Kooamphorn, Building 1100, Mail Code DA20, Stennis SpaceCenter, MS 39529-6000 D. OTHER INFORMATIOND.1 This acquisition is for architect-engineer (A-E) services, and is procured inaccordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FederalAcquisition Regulation. A-E firms meeting the requirements described in this announcementare invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications,Parts I and II, and (2) any requested supplemental data to the procurement office shown. D.2 Firms responding to this announcement before the closing date will be considered forselection, subject to any limitations indicated with respect to size and geographiclocation of firm, specialized technical expertise or other requirements listed. Followinginitial evaluation of the qualifications and performance data submitted, three or morefirms that are considered to be the most highly qualified to provide the type of servicesrequired will be chosen for further discussion or oral presentations if necessary. Afterthe evaluation, the highest ranked firm will be sent a request for proposal. Theproposal will be evaluated and negotiated for fair and reasonable price. If a fair andreasonable price cannot be negotiated, the Government may request a proposal from thenext highest ranked offeror. Selection of firms for negotiation shall be made in orderof preference based on the demonstrated competence and qualifications necessary forsatisfactory performance in accordance with the specific selection criteria listed in theannouncement. Only one award will result from this solicitation. D.3 This notice is intended to provide sufficient information for preparation of aSF-330. All firms that respond must submit their SF-330 based on information containedin this notice and should not contact SSC officials by letter or telephone to requestadditional information. If consultants or associates are to be used their appropriateinformation should be included in the SF-330 and accompany letter of transmittal. D.4 See Note 24. Provisions of Note 24 apply to his notice except that (a) in thesentence beginning Selection of firms for negotiations The fourth additionalconsideration listed is changed to read: (4) past performance experience if any of thefirm with respect to performance on contracts with NASA, other Government agencies, andprivate industry; and (b) in the last sentence, National Aeronautics and SpaceAdministration is substituted for Department of Defense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS10AA56B/listing.html)
 
Record
SN02090631-W 20100314/100312235028-f6e9d48b37bb05b25a5622f693b6746e (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.