Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

Y -- Flight Dynamics Research Facility, NASA Langley Research Center, Hampton, VA

Notice Date
12/20/2019 7:33:13 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0220CMM03
 
Response Due
1/22/2020 1:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Monica McGrath, Contracting Officer, Phone: 2154465749
 
E-Mail Address
monica.mcgrath@gsa.gov
(monica.mcgrath@gsa.gov)
 
Description
Amendment 0001 - Attached you will find four additional documents considered as Solicitation 0001. Please review the document named Solicitation 47PD0220CMM03 Amend 001 first. The other three documents contained in Amendment 0001 are; Aero and Thermal Performance Requirests for NASA FDRF VWT, Pre-Proposal Attendees 12-10-19 and Preproposal Conf FDRF 12-10-19 Slides.� Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Public Buildings Service (PBS) seeks to commission our nation�s most talented architects, landscape architects, interior designers, engineers, and construction professionals to design and construct federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, functionality, constructability, durability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. In this context, GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation or Executive Order, all facilities will meet Federal energy goals, security requirements, and achieve LEED certification. GSA intends to issue a Request for Qualifications (RFQ) for a DesignBuild (DB) contract for the new Flight Dynamics Research Facility (FDRF) at the National Aeronautics and Space Administration (NASA) Langley Research Center in Hampton, VA. GSA, in collaboration with its clients, stakeholders, and Design Builder intends to build a new Vertical Wind Tunnel (VWT) facility. The facility�s design will be appropriate to the context of the site and history while responding to NASA�s mission, organizational culture and values. In addition the design approach should balance the design of spaces for people, mission critical research equipment, and wind tunnel components. The FDRF will include 5,400 square feet of occupied space and 7,600 square feet of mechanical and electrical equipment space over three levels with an overall height of approximately 120 feet.� It will consist of a Vertical Wind Tunnel approximately 20-foot diameter with a 20-foot long test section integrated into the building construction with a deployable work platform for accessing models attached to model support systems.� The occupied spaces will include a control room space, test article preparation space, and lobby space.� The new VWT will be optimized for operational and maintenance efficiency and provide a high quality air flow with velocities up to 200' per second, acceleration control, low flow angularity and turbulence intensity; and active temperature control. The proposed FDRF will replace NASA�s existing Vertical Spin Tunnel (VST) and 12-foot tunnel and combine their respective testing capabilities into one facility. The size of the new FDRF VWT test section will accommodate the relocation of existing test rigs and associated instrumentation from the existing VST and 12-foot tunnels.� The existing test rigs the �Rotary Balance System (RBS) from the VST and the �C-Strut� from the 12-foot tunnel are referred to as Government-Furnished Equipment (GFE). Integration of existing wind tunnel model support systems including the assessment, inventory, design-to-accommodate, disassembly, re-installation and testing of the GFE and associated control systems is an integral part of the project scope and must include sufficient stiffness to accurately hold the position of test articles in the air and integration of aerodynamic measurement systems, i.e. lasers, camera systems, smoke generation equipment.� Project phasing that minimizes down-time for the in-service GFE will be favorably considered. The building will be designed and constructed in English units. The estimated total design/build cost is between $37,000,000 and $42,000,000 with occupancy planned for the year 2023. The scope of Design Build Services may include, but not limited to, the following: design/construction documents and construction work, which consists of providing all labor, equipment, and materials for a complete buildout, material handling & logistics design and integration services for the GFE to include conveyance and relocation. GSA intends to award a firm fixed price design-build contract pursuant to the Federal Acquisition Regulation (FAR) two-phase design-build selection procedures (FAR Subpart 36.3). For this contract award process, GSA will issue two Solicitations in sequence: Phase 1 and Phase 2, respectively. The intended selection factors for each Phase 1, listed in descending order of importance, are as follows: Phase 1 Factors Technical Qualifications Approach to Design-Build Lead Designer The purpose of Phase 1 (the Request for Qualifications) is to select the most highly qualified Offerors from Phase 1 to participate in Phase 2 (the Request for Proposals). Once Phase 1 is complete, the Contracting Officer will invite the �shortlisted� Offerors to submit Phase 2 proposals. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase 1 �shortlist� on FedBizOpps (soon to be replaced by beta.sam.gov). Maximum Number of �Short Listed� Offerors: The Contracting Officer will select a maximum of three (3) of the most highly rated Offerors to proceed to Phase 2. Phase 2 of the solicitation is prepared in accordance with FAR Part 15 and will include the Phase 2 evaluation factors, developed in accordance with 15.304. Phase 2 solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with Part 15. The Solicitation will be issued subject to the availability of funds anticipated in the Spring of 2020. Stipend: In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend to Offerors not selected for award of the resulting contract. Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for a stipend. For the avoidance of doubt, no stipend is paid during Phase 1. At the conclusion of Phase 2, GSA intends to award a contract to a single Offeror for all design and construction services. This procurement will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR 19.7, as part of its proposal. Attached please find the following Solicitation documents; Design Build Agreement C101, Solicitation C201, Reps & Certs Form C301, Summary Statement of Work and Past Performance Questionnaire. A Pre-Proposal Conference will be held on Tuesday, December 10, 2019, 2:00PM, (Eastern)�at the National Institute of Aerospace (NIA), 100 Exploration Way, Hampton, VA 23666. Please send an email to nasafdrf.db.procurement@gsa.gov to confirm your attendance. Attendance is NOT mandatory to submit a proposal.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8632bc1e52b24f7d963ce833befb844a/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN05522516-F 20191222/191220230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.