Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOURCES SOUGHT

99 -- Eastern Regional Architect-Engineering (�ERAE�)

Notice Date
12/15/2023 7:30:16 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
 
ZIP Code
44135
 
Solicitation Number
80GRC024R0006
 
Response Due
12/18/2023 11:00:00 AM
 
Archive Date
01/02/2024
 
Point of Contact
Jamahel Fayall, Phone: 2164335182, Kimberly Hill, Phone: 2164335267
 
E-Mail Address
jamahel.r.fayall@nasa.gov, kimberly.y.hill@nasa.gov
(jamahel.r.fayall@nasa.gov, kimberly.y.hill@nasa.gov)
 
Description
This notice replaces a previously posted notice under Notice ID 80GRC024R0005 on December 5, 2023. This updated notice also contains an updated Attachment A. The National Aeronautics and Space Administration (�NASA�) Glenn Research Center (�GRC�) is hereby soliciting information from potential sources for Architect - Engineering (�A-E�) Services under the contemplated acquisition entitled, Eastern Regional Architect-Engineering (�ERAE�). NASA GRC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (�HBCU�)/Minority Institutions (�MI�), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity and Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this A-E Services procurement. The Government reserves the right to consider a Small, 8(a), Women-owned (�WOSB�), Service-Disabled Veteran (�SDVOSB�), Economically Disadvantaged Women-owned Small Business (�EDWOSB�) or HUBZone business set-aside based on responses received. The contemplated acquisition is a follow-on to the current multiple award A-E Services contract, entitled, �NASA Glenn Research Center- Architect Engineer Services�. Services will be primarily performed at NASA GRC's Lewis Field located in Cleveland, OH, and Armstrong Test Facility located in Sandusky, OH. Additional performance locations may include any and all other NASA Centers, Agency-wide, including: Ames Research Center, Moffett Field, CA; Armstrong Flight Research Center, Edwards, CA; Goddard Space Flight Center, Greenbelt, MD; Goddard Institute of Space Studies, New York, NY; IV and V Facility, Fairmont, WV; Jet Propulsion Laboratory (JPL), Pasadena, CA; Johnson Space Center, Houston, TX; Kennedy Space Center, FL; Langley Research Center, Hampton, VA; Marshall Space Flight Center, Huntsville, AL; NASA HQ, Washington, D.C.; Stennis Space Center, MS; Wallops Flight Facility, Wallops Island, VA; White Sands Test Facility, Cruces, NM. A-E work may include overall design responsibilities for new construction, additions, alterations, and repairs of buildings and related structures with the expectation of subcontracting opportunities in specialty trades such as architectural, mechanical, electrical, plumbing, civil, structural, roofing, demolition, environmental support, and United States Green Building Council Leadership in Energy and Environmental Design (�LEED�). A-E firms may provide professional design services for the development of contract documents to be used in the design-bid-build or design-build project delivery method. A-E work may require firms to manage and perform multiple projects simultaneously. A-E work may require firms to manage and perform projects with a broad range of technical complexity and specialty trades (including but not limited to site work, paving, utilities, structures, mechanical, electrical, plumbing systems, finishes, furnishings/outfitting, and carpentry). The North American Industry Classification System (�NAICS�) code for this procurement is 541330 � Engineering Services - $25.5M size standard. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort. These pages shall consist of the following: GENERAL INFORMATION: Briefly describe your company and the types of services performed. Please also include: the names, e-mail addresses, and phone numbers for any points of contacts (�POCs�), the company�s address, CAGE Code/Unique Entity Identifier (�UEI�) number, and the type of business demographic that applies (i.e., small business, large business, women- owned). PAST PERFORMANCE: The Offeror shall also provide contract information on similar contracts over the past three (3) years. This information shall include: the name of customer/agency, types of services provided, type of contract, total contract value, and whether the contractor was a prime or subcontract. If subcontract, please provide details regarding prime contract and your company�s role in supporting the prime contractor. In addition, please provide any examples about your company�s capabilities to quickly and efficiently staff to rapidly changing requirements. CAPABILITIES: Information describing your company�s capabilities to meet the requirements contained in this Sources Sought Notice. COMMENTS and RECOMMENDATIONS for the most effective incentive/performance criteria (if different from the current approach). Further, describe both risks and mitigations the Government should consider. DESCRIPTION of programmatic, financial, technical, and administrative lessons learned from similar efforts in Environmental, Institutional Operational Safety, Occupational Health- (Industrial Hygiene, Medical Services, Fitness and Employee Assistance), and Aero/Space Systems and Ground Support Equipment Mission Assurance. DESCRIPTION of the type of information needed about the existing requirements and varying locations that would be helpful for submitting a credible proposal. Responses shall also include a completed Attachment A � Capability Statement Criteria, attached. This requirement is not considered to be a commercial service as defined in FAR 2.101. Additionally, in support of the Executive Order (�EO�) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (�LGBTQ+�) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: To support the requirements identified in this request for information (�RFI�)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? What other recommendations would you make to enhance diversity and inclusion? What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? All responses shall be submitted electronically via email to Jamahel Fayall, Contracting Officer, via e-mail at Jamahel.R.Fayall@nasa.gov, no later than December 18, 2023, 2:00pm Eastern Time. Also, CC Ms. Kimberly Hill at Kimberly.Y.Hill@nasa.gov. Please reference, �NASA Eastern Regional Architect and Engineering�, and your firm�s name in any response. This synopsis is for information and planning purposes only 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. If a solicitation is released it will be synopsized in sam.gov. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or sources sought. The Government intends to review all responses submitted by Industry. This data will not be shared outside the Government and may be used to further refine requirements. Please do not submit proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae6cad2d788149ef99d8ddb0ec298ea8/view)
 
Place of Performance
Address: Cleveland, OH 44135, USA
Zip Code: 44135
Country: USA
 
Record
SN06914288-F 20231217/231215230045 (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.