Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

C -- REPLACEMENT BRIDGES AND REHABILITATION OF EXISTING BRIDGES AT KENNEDY SPACECENTERFLORIDA AND CAPE CANAVERAL AIR FORCE STATION FLORIDA

Notice Date
10/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11338589R
 
Response Due
11/29/2010
 
Archive Date
10/27/2011
 
Point of Contact
Nancy A Potts, Contracting Officer, Phone 321-867-4646, Fax 321-867-4848, Email nancy.a.potts@nasa.gov
 
E-Mail Address
Nancy A Potts
(nancy.a.potts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
C. Architect-Engineer ServicesContracting Office AddressNASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899DESCRIPTIONA&E Studies, Design and Other Professional Services Required for Replacement Bridges andRehabilitation of Existing Bridges at Kennedy Space Center (KSC), Florida and CapeCanaveral Air Force Station (CCAFS), Florida. This is a combined synopsis/solicitation prepared in accordance with FAR 5.207,Preparation and Transmittal of Synopses. This announcement constitutes the onlysolicitation; proposals are being requested and a separate solicitation will not beissued. NASAs Kennedy Space Center (KSC) intends to award multiple Indefinite-DeliveryIndefinite-Quantity (IDIQ) contracts for this effort. Work will be accomplished asindividual task orders under the IDIQ contracts. Individual task orders will be issuedon a Firm Fixed Price basis. The IDIQ contracts will have a minimum value of $10,000which represents the minimum value of work the Government is required to order and thecontractor shall deliver under each IDIQ contract. The maximum value of work theGovernment may order and the contractor may deliver will be $30,000,000. The individualtask orders will be awarded beginning with the date of execution of the IDIQ contract. The awarded contracts will have a base five year ordering period. In accordance with NFS1816.505-71, the contracts may be subsequently extended for four one year periods,pursuant to contract modification. As determined by the Contracting Officer,performance of work under task orders issued against the IDIQ contracts may extend for upto one year beyond the ordering period of the IDIQ contracts.PROJECT DESCRIPTION/REQUIRMENTSThe A&E professional services required for this project may include, but will notnecessarily be limited to the following: conducting field investigations, topographicalsurveys, bathometric surveys, geotechnical surveys, utility locate surveys, alignment(line and grade) studies, Type Size and Location (TS&L) studies, environmental studies such as supporting data for a Unified Mitigation Assessment Method (UMAM), coastalengineering, bridge inspection, analysis of geotechnical data, cost analysis, analysis ofexisting systems for bascule bridges, preparing engineering studies, and creating reportsof recommended actions and/or design packages.The selected firms shall develop completedesign packages and provide studies, detailed cost estimates, surveys, reports,environmental permit applications, and environmental certificates of compliance. Additionally, at the discretion of the Government, the A&E shall perform otherprofessional and incidental services for the subject project; such as project management,construction management, and inspection services to support in all phases of the workthroughout design and construction. This may include review of shop drawings, resolutionof problems, construction inspection services, and creation of as-built constructiondrawings. All packages prepared by the A&E firms shall include detailed cost estimatesand schedules.The selected A&E firms shall provide design services and technicalassistance during bidding of all construction efforts.The primary task of the A&E Firms will be to develop planning studies, bridge modeling/renderings, permits, cost estimates, and contract documents for construction. The sizeof the projects and their impact to the areas adjacent to the project sites may requiresignificant changes to the local infrastructure; this is to include, but not limited to,reconfiguration of roadway approaches, waterways, channels, marine mattress / scourprotection relocation, electrical distribution, storm water conveyance,telecommunications, and other utilities as determined during design. The A&E shall havethe computer capability to assist in engineering calculations, member sizing, 3-Daesthetic modeling, and computer aided drafting. The A&E shall provide designs thathave low environmental impact and use sustainable materials and provide a projectcontact/team member who will be responsible for coordinating the sustainable materialsselection during design. The potential total construction value is up to $300M.The A&E shall have knowledge of different types of construction methods and be responsiveto engineering changes during the design and construction phase. In addition toProject Management, all tasks will require multi-disciplined engineering skills forperformance of the required work. The selected A&E firms project staff must include,as a minimum, specialists in the following engineering disciplines who must haveextensive design experience in roadway and railroad bridge rehabilitation and/or newconstruction. The following Engineering disciplines are required: Architectural, Civil,Environmental, Cost, Traffic, and Structural. Staff shall have a combined experience inthe design of new and the rehabilitation of existing bridges and culverts. The A&E shallhave experience in different types of foundations, substructure, and superstructure typesand materials as well as constructability. Bridges that may be replaced or rehabilitated under this contract include but are notlimited to: BridgeTotal LengthC-C Bearing Main SpanYear BuiltMain Span TypeIndian River Bridge East Bound2993' - 0'129' - 6'1964BasculeIndian River Bridge West Bound2993' - 0'129' - 6'1965BasculeBanana River Bridge500' - 0'122' - 6'1964BasculeBanana River Relief Bridge102' - 2'50' - 4'1966FixedHaulover Canal Bridge225' - 3'129' - 6'1965BasculeJay Jay Railroad Bridge 1902' - 1'102' - 9'1963BasculeSR 405 over SR 3 Bridge 161' - 11'43' - 2.5'1964FixedEVALUATIONThis requirement is being acquired in accordance with FAR 36.602, Selection of Firms forArchitect-Engineering Contracts. The A&E shall demonstrate experience in the design ordeconstruction and/or demolition of bridges. The A&E shall have demonstrated experiencein the planning and design of individual new bridges that have a construction value inexcess of $60 million.Experience in the design of segmental concrete structures isdesired but not necessary for award. The government will evaluate the contractors relevant specialized experience and pastperformance on recent efforts similar to the Governments requirement.Firms desiring tobe considered for award of an IDIQ contract under this solicitation shall submit acompleted Standard Form (SF) 330, Architect-Engineering Qualifications, Parts I and II toinclude specific information addressing each of the seven evaluation factors described inthis solicitation. The following evaluation factors, listed in descending order of importance, will be usedin the evaluation of submittal packages received in response to this solicitation. NASAwill consider the immediate past 10 years as the period of time for evaluation underfactors 1, 2, 3, and 6. 1.Specialized experience and technical competence in new roadway and railroadbridge studies and design. Selection Weight, 30 percent2.Past performance on contracts with Government agencies and private industry interms of quality of work, cost control, compliance with performance schedules, managementeffectiveness, and overall customer satisfaction. Selection Weight, 25 percent3.Specialized experience and technical competence in rehabilitation of existingroadway and railroad bridge studies and design. Selection Weight, 15 percent4.Professional qualification necessary for satisfactory performance of requiredservices. The design team qualifications as they relate to the specialized experienceand technical competence required for this project should be stated in the proposal. Selection Weight, 10 percent5.Capacity to accomplish multiple Task Orders simultaneously throughout the life ofthe contract. Selection Weight, 10 percent6.Specialized experience and technical competence in design of new segmentalconcrete bridges. A contractor with no experience in this area may still be consideredfor award. Selection Weight, 5 percent7.Location of the essential staff for this project (or a commitment to locate) inthe general geographical area of the project with knowledge of the locality of theproject including local building codes and permitting agencies, provided that applicationof this criterion leaves an appropriate number of qualified firms, given the nature andsize of the project. Selection Weight, 5 percentThis solicitation is NOT a small business set-aside; it will be conducted under full andopen competition procedures allowing maximum participation from large and smallbusinesses. The NAICS Code and small business size standard for this procurement is541330 and $4.5 million respectively.Small Business Subcontracting Plan Goals (applicable to Selected Large Businesses)The contracting officer has determined small business subcontracting possibilities existand has established the following small business subcontracting goals for veteran-ownedsmall business, service-disabled veteran-owned small business, HUBZone, smalldisadvantaged business (to include 8(a) businesses), women-owned small business, andsmall business concerns for contracts awarded to large businesses. The recommended smallbusiness subcontracting goals are for the overall IDIQ contract (base and all extensions)and are provided for informational purposes only and are not legally binding. SMALL BUSINESS TYPESubcontracting GoalVOSB2.27SDVOSB1.16HUBZone 0.37SDB1.79WOSB2.95SB10.00In accordance with FAR 52.219-9, Alternate II (October 2001), Small BusinessSubcontracting Plan, apparent successful offerors, who are large businesses, shall submitan acceptable IDIQ Small Business Subcontracting Plan to the Contracting Officer to beeligible for award. When defining the basis on which small business subcontracting goalsare to be proposed, the contractor shall use the IDIQ maximum ordering value of$30,000,000. Apparent successful offerors, who are large businesses, failing tonegotiate an acceptable IDIQ Small Business Subcontracting Plan with the ContractingOfficer, will be ineligible for award.PAST PERFORMANCE QUESTIONNAIRE COPIESOfferors shall provide the Past Performance Questionnaire (Attachment 1 of thisSynopsis/Solicitation) to each past performance customer contacts identified in sectionsE and F of SF330. NOTE: The offeror is required to complete the THIS SECTION TO BECOMPLETED BY THE OFFEROR area prior to sending the questionnaire to its customers. Offerors shall request customers to submit the completed questionnaires to the belowaddress by e-mail, to arrive not later than the proposal response date and time of 2:00pm Local Time on November 29, 2010. Questionnaires shall be returned directly from theofferors past performance customer contact to the Contracting Officer listed below:Name:Nancy PottsEmail:nancy.a.potts@nasa.govAddress:NASA John F. Kennedy Space CenterProcurement Office Code: OP-CS-AKennedy Space Center, Florida 32899Offerors are responsible for assuring completed past performance questionnaire(s) aresubmitted by their customer contact directly to the Contracting Officer prior to 2:00 pmLocal Time on November 29, 2010. Past Performance Questionnaires will not be accepteddirectly from offerors.To streamline the proposal review process, offerors proposal shall include copies of thefirst page of each past performance questionnaire that the offeror sent to each customercontact identified in sections E and F of SF330. A sample cover letter is provided aspart of Attachment 1.PROPOSAL REQUIREMENTSThe proposal submittal, including the SF 330 Parts I and II shall not exceed thirty pagesand shall include any information the firm feels may be of benefit to it in theevaluation and selection process. Offers exceeding the maximum page limitations will havethe extra pages removed prior to evaluation and information contained in the removedpages will not be evaluated. Transmittal cover pages and tab pages will not counttowards the page count. Copies of the first pages of past performance questionnaires thatthe offerors are required to include in their proposal submittals are also exempt fromthe 30 page count. Offerors may submit on single or double sided sheets, but shall not exceed the 30 pagelimitation. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, withat least one inch margins on all sides (fold out sheets will be counted as multiple pagesin accordance with their size). Offerors may include 11 X 14 inch paper for theexclusive presentation of tables or figures. Each 11 X 14 inch page will be considered 2pages when printed on one side and considered 4 pages when printed on both sides. Font size shall be no smaller than 12 characters per inch. The SF330 form is exempt fromthe margin and character size limits; follow the SF330 instructions for input into thisform. The 1 margin and 12 characters per inch limits are applicable to pages formattedby the Architect/Engineering firm. The unit of characters per inch is associated withmono spaced fonts such as Courier where 12 characters per inch is equivalent to 10point font. Use a legible font of size 10 point or larger.All questions must be submitted in writing via email to Nancy Potts atnancy.a.potts@nasa.gov. Telephone questions will NOT be accepted. Questions shall besubmitted on or before 2:00 pm Local Time on November 10, 2010. Questions receivedafter that time will be considered, but may not be answered. One original and four copies of the proposal submittals shall be delivered to the KSCCentral Industry Office (CIAO), Building N6-1009 at 7110N. Courtenay Parkway, Merritt Island, FL 32953 or dropped in the CIAO mail box located outside of the buildingon or before 2:00pm Local Time November 29, 2010. Submittals received after thespecified closing date and time will be considered late and will not be evaluated. TheCIAO building is located on State Road 3, approximately 2 miles south of Gate 2 to KSC. Access to KSC is not required.Offerors are responsible for assuring hand carriedproposals are either received by employees at the CAIO or dropped in the CIAO mail box. The outer wrapping of the proposal package shall be clearly marked: Attn: Nancy Potts,Contracting Officer and reference solicitation NNK11338589R. This solicitation document and incorporated provisions are those in effect throughFederal Acquisition Circular 2005-43.All Contractors conducting business with the Government are required to register in theCentral Contractor Registration Database (CCR). In accordance with FAR Clause 52.204-7,an offeror submitting an offer in response to this solicitation acknowledges therequirement that a prospective contractor shall be registered in the CCR database priorto award, during performance, and through final payment of any contract resulting fromthis solicitation. Prospective contractors shall complete electronic annual representations andcertifications at http://orca.bpn.gov in conjunction with the required registration inthe CCR database. Prospective contractors shall update the representations andcertifications submitted to ORCA as necessary, but at least annually, to ensure they arekept current, accurate, and complete. The representations and certifications areeffective until one year from date of submission or update to ORCA.52.222-24 -- Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999)If a contract in the amount of $10 million or more will result from this solicitation,the prospective Contractor and its known first-tier subcontractors with anticipatedsubcontracts of $10 million or more shall be subject to a preaward compliance evaluationby the Office of Federal Contract Compliance Programs (OFCCP), unless, within thepreceding 24 months, OFCCP has conducted an evaluation and found the prospectiveContractor and subcontractors to be in compliance with Executive Order 11246.FAR 52.233-2 - Service of Protest (Sep 2006)(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, thatare filed directly with an agency, and copies of any protests that are filed with theGovernment Accountability Office (GAO), shall be served on the Contracting Officer(addressed as follows) by obtaining written and dated acknowledgment of receipt fromNancy A. Potts OP/CS NASA John F. Kennedy Space Center Kennedy Space Center, FL 32899(b) The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAO.NASA FAR Supplement Provision 1852.233-2 Protests To NASA (Oct 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33)directly to the Contracting Officer. As an alternative to the Contracting Officer'sconsideration of a protest, a potential bidder or offeror may submit the protest to theAssistant Administrator for Procurement, who will serve as or designate the officialresponsible for conducting an independent review. Protests requesting an independentreview shall be addressed to Assistant Administrator for Procurement, NASA Code H,Washington, DC 20546-0001. The following Clause applies to this acquisition:FAR 52.232-18 (April 1984), Availability of FundsFunds are not presently available for this contract. The Governments obligation underthis contract is contingent upon the availability of appropriated funds from whichpayment for contract purposes can be made. No legal liability on the part of theGovernment for any payment may arise until funds are made available to the ContractingOfficer for this contract and until the Contractor receives notice of such availability,to be confirmed in writing by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11338589R/listing.html)
 
Record
SN02318091-W 20101029/101027234437-0e24b68dc15ff3980bf8bbef8a02c0ee (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.