SOURCES SOUGHT
C -- STRUCTURAL SYSTEMS FOR FACILITIES EQUIPMENT AND GROUND SUPPORT
- Notice Date
- 1/6/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK15SLW01
- Response Due
- 1/21/2015
- Archive Date
- 1/6/2016
- Point of Contact
- Sharon L. White, Contracting Officer, Phone 321-867-7230, Fax 321-867-1166, Email Sharon.White-1@ksc.nasa.gov - Sherry L. Gasaway, Lead Contract Specialist, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov
- E-Mail Address
-
Sharon L. White
(Sharon.White-1@ksc.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties including Small, Small Disadvantaged (SDB), 8(a), Woman-owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for design and other professional services necessary to rehabilitate, modernize, and/or develop new structural systems for facilities, equipment and/or ground support systems (GSS) at Kennedy Space Center (KSC), Florida, other NASA Assets, Cape Canaveral Air Force Station, Florida, and Vandenberg Air Force Base, California. The Government reserves the right to consider a Small, SDB, 8(a), WOSB, EDWOSB, VOSB, SD-VOSB, HUBZone, HBCU/MI business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this effort is 541330, Engineering Services, and the small business size standard is $15 million. KSC is contemplating awarding one indefinite-delivery indefinite-quantity contract with the ordering period ending on December 31, 2017 and valued at approximately $30M. SCOPE OF WORK This contract will involve essential and substantial effort in structural systems for facilities, infrastructure, as well as mechanisms and ground support systems as defined in KSC-DE-512-SM, Facility Systems, Ground Support Systems, and Ground Support Equipment General Design Requirements which can be researched at the following address: https://standards.nas a.gov/documents/viewdoc/3314964/3314964.The professional services required for this project will include, but not be limited to, conducting field investigations and surveys, preparing engineering reports with recommended actions, preparing trade studies, environmental permitting support, preparing final designs suitable for competitive bidding, and providing site inspection and engineering support during fabrication and/or construction. All design packages prepared by the Architect and Engineering (A&E) firm shall utilize computer aided design and analysis, SpecsIntact (SI) specifications, and include detailed cost estimates. For design of ground support equipment, the A&E design package will be expected to comply with the latest version of KSC-DE-512-SM. The A&E firms approved designs will typically be utilized for the advertising and award of fixed price fabrication and construction contracts; however alternative procurement techniques may be utilized. The A&E firm will also be required to perform alternative studies including cost-benefit analysis and life cycle costing; study or report compilation; parametric cost estimating; detailed take-off cost estimating and subsequent analysis of estimating performance against bids received. The A&E firm, to include potential contractor teaming arrangements, will be required to have the capacity to provide all personnel to perform all the work tasks identified in this synopsis and the capacity to work multiple projects at the same time. The A&E firm's staffing for this contract must include, as a minimum, registered professional engineers and specialists who have demonstrated specialized experience in structural engineering including mechanisms. Specialists must also be available to perform any ancillary design work related to the structural project. The A&E firms staffing must also include registered professionals and specialists who have demonstrated experience in multi-discipline design including structural, mechanical, electrical, fire protection, communications, civil and environmental engineering along with architecture and surveying.For state-regulated permits, the A&E shall have staff with appropriate professional engineering licenses in the State of Florida. CAPABILITY STATEMENTS It is requested that interested small business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities package demonstrating ability to perform the services listed above. The capability package shall be no more than six (6) pages in length and printed in not smaller than 12 point type. The capability package shall reference this Sources Sought Synopsis and be titled: NNK15SLW01 Design and other professional services necessary to rehabilitate, modernize, and/or develop new structural systems for facilities and ground support systems at Kennedy Space Center (KSC), Florida, other NASA assets, Cape Canaveral Air Force Station, Florida, and Vandenberg Air Force Base, California. The capability package shall include, as a minimum, the following: 1. Company name, DUNS number; address, and a primary point of contact (E-mail address and phone number). 2. Specifically state whether your firm is a large or small business in NAICS Code 541330. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, a woman owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3. Company profile including: annual revenue history demonstrating financial stability, office location(s), a staffing plan demonstrating the ability to retain existing staff and hire/acquire qualified personnel, and a demonstration of the firms ability to provide continuity of operations at the beginning and the end of a contract. 4. Provide the number of years in business and a summary of prior and current relevant experience to include project descriptions within the last five (5) years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: Specialized experience in structural engineering analysis and design of ordinary and complex structural infrastructure: movable structures and mechanisms; cranes, lifting mechanisms and structures, launch structures, towers guyed and free-standing; large frame structures; port facility structures wharf and docks; structural support components such as foundations, framing main resisting members, roof, siding; large and unique foundations, ground support equipment as defined in KSC-DE-512-SM, bridges, and ancillary disciplines associated with the structural project. The A&E shall also have demonstrated experience in multi-discipline facility designs including structural, civil, architectural, electrical, mechanical, fire protection/detection, and communications. Specialized experience in multiple project phases: Planning and feasibility studies, Preliminary Engineering Reports, Final Design, Environmental Permitting, Construction, and Activation/ Commissioning. The A&E shall also have demonstrated ability to simultaneously perform multiple assignments of varying contract size and type. Specialized experience performing studies and providing alternative solutions: Including cost-benefit analysis and life cycle costing; study or report compilation; parametric cost estimating; detailed take-off cost estimating and subsequent analysis against bids received; Leadership in Energy and Environmental Design Green Building certification; proficiency with Computer Aided Design and Drafting capabilities such as Building Information Modelling. Capability packages must be submitted electronically, via e-mail, to Sharon White, NASA Contracting Officer, at the following email address: Sharon.L.White@nasa.gov on or before January 21, 2015. NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this Notice, nor will the Government reimburse an Offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Website, FedBizOpps, ( https://www.fbo.gov/ ) and on the NASA Acquisition Internet Services, NAIS, ( http://prod.nais.nasa.gov/cgi-bin /nais/index.cgi ). Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis. Failure to respond to this notice will not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15SLW01/listing.html)
- Record
- SN03609383-W 20150108/150106234429-bbe094d1b44d96cb1b570151e3b85db8 (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 |