SOURCES SOUGHT
Z -- PLANNING AND ACCELERATED CONSTRUCTION
- Notice Date
- 3/31/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ14ZBJ004L
- Response Due
- 4/8/2014
- Archive Date
- 3/31/2015
- Point of Contact
- Keshia L. Guinn, Contracting Officer, Phone 281-483-4177, Fax 281-483-9741, Email keshia.l.guinn@nasa.gov
- E-Mail Address
-
Keshia L. Guinn
(keshia.l.guinn@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis only. NASA/JSC is hereby soliciting capability information from small business firms within a five state region consisting of Arkansas, Louisiana, New Mexico, Oklahoma and Texas, about potential sources for our planning and accelerated construction requirement. The purpose of this request is to determine the appropriate level of competition for our requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Small business concerns capable of performing as prime contractors, that can meet the requirements of this synopsis are asked to submit capability statements. Capability statements have a 15 page limitation and must include the following information: - Name and address of firm - Size of business - Average annual revenue for past 3 years and number of employees - Ownership - Indicate company status as any category of small business - Number of years in business - Affiliate information: parent company, joint venture partners, potential teaming partners, etc. In addition, it is critical that capability statements address the following: Note: Please respond using the same 1 - 10 format below to demonstrate your firms capabilities so that NASA may best determine whether both capabilities and interest exist to set aside this requirement. Capability statements should: 1) Identify previous projects performed with proven General Construction experience. Preferred projects are those of a contract value from $100,000 to $5,000,000 and performed on a Federal installation. Acceptable projects for consideration must be completed within the previous five (5) years. Provide three (3) references that will validate relevent work experiences, contract number, contract type, contract dollar value, and a point of contact that includes both phone number and address. 2) Demonstrate the firm's ability to meet the 15% requirement of work to be performed by the prime contractor, not including the cost of materials, with its own employees as set forth in FAR 52.219-14, Limitations on Subcontracting. Provide at least 3 examples of past projects with emphasis on work performed on a Federal installation where the potential offeror has performed 15% or greater of the effort for projects ranging over $500,000. The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4). NOTE: Projects that satisfy the requirements of both items 1 and 2 of the synopsis only need to be submitted once but please notate as such. 3) Identify any OSHA violations the firm has received within the last 3 years, specifically injury or death related. Also provide disposition of any OSHA violations. If no violations have occurred, please so state. 4) Demonstrate the firm's ability to meet the Miller Act performance and payment bonding capacity of 100 percent of the contract price as per FAR 52.228-15. Capability statement must demonstrate the firm's bonding capacity for the magnitude of projects over $1,000,000 with an aggregate of $5,000,000. 5) Demonstrate the firm's experience with new construction, additions, demolition, maintenance and repair projects including partial and total renovations, refurbishments, alterations of buildings, structures and other real property contracts in a work environment with: special access requirements, and restricted periods of time when work can be performed and occupied areas; work performed with hazardous materials such as asbestos, lead paint, etc. 6) Demonstrate the firm's experience involving a broad range of skills, including, but not limited to site work, paving, utilities, structures, electrical, mechanical and plumbing systems, finishes, furnishing/outfitting, carpentry. Demonstrate experience in managing and coordinating subcontractors to perform electrical, mechanical, civil, structural, and other specialty type work required to complete contractual requirements of projects. This should include qualified project managers and superintendents familiar with construction. 7) Demonstrate the firm's experience in managing and performing multiple and concurrent, general construction contracts/projects. Demonstrate the firm's experience with critical path method (CPM) scheduling and schedule control on fixed priced contracting mechanisms. Provide the detailed narrative of experience levels and methodology employed for CPM construction scheduling. 8) Demonstrate the firm's experience with accelerated, minimally designed renovation type projects.Explain how customer/stakeholder goals and expectations were verified and completed. Demonstrate the firm's ability to develop sketches and requirements for related work. Describe staffing abilities of architectural and/or engineering leadership to ensure projects meet with current construction consensus codes both for design and construction activities. 9) Demonstrate the firm's ability to develop building historical records, degradation reports, historical mitigation reports, and compliance with State Historic Preservation Offices requirements for demolition projects. 10) Demonstrate the firm's strategic planning capability as it relates to space utilization of offices, laboratories or other technical spaces. This would include the firm's capability in conceptual layouts and/or facility usage studies. This requirement is not considered to be a commercial or commercial-type product/service. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Keshia Guinn by no later than close of business April 8, 2014. Please reference NNJ14ZBJ004L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ14ZBJ004L/listing.html)
- Record
- SN03324249-W 20140402/140331234141-a8967b42d9edee5e776ce8fee82976b4 (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 |