Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304

NASA, John F. Kennedy Space Center, Kennedy Space Center, FL 32899

C -- REPLACEMENT OF DIRECT EXPANSION (DX) UNITS AT THE LOGISTICS FACILIY AT THE KENNEDY SPACE CENTER SOL R-122 DUE 041795 POC Carol Neeley, Contract Specialist, OP-ESO-A, 407-867-3406 Jack Massey, Contracting Officer. C - Professional Services Required for the Replacement of Direct Expansion (DX) Units at the Logistics Facility, K6-1547, on Kennedy Space Center (KSC), Florida (R-122) 100% Small Business Set-Aside with subcontracting limitations in accordance with FAR 52.219-14. This synopsis specifies the Government's requirement, there is no separate solicitation package. No more than one copy of the A&E's response to this notice is required. An A&E firm will be selected to provide professional services and design for the replacement of the 12 Logistics Facility roof mounted DX air handling units (AHU's). Project Change Number (PCN) is 96534 and is budgeted for FY-97 funding. An A&E firm will be selected to develop a detailed complete design package, provide studies and surveys, and at the discretion of KSC, perform other professional and incidental services for the replacement of the DX AHU's at the Logistics Facility, K6-1547, located on Contractor's Road at KSC, Florida. The performance of other professional and incidental services may include project and construction management support in all phases of the work throughout the design, advertise, award, and construction phases. This may include answering prospective bidders questions, review of shop drawings, resolution of problems, the providing of inspection services in the post design phase, preparation of record drawings, and the preparation of operations/maintenance, system analysis and permitting documentation. This project shall be designed using the International System of Units (SI). With the exception of a conversion table on the cover sheet of the design drawing, all dimensioning shall be exclusively in metric units. Where possible/practical, all specified materials shall be American-made ''hard'' metric products. The A&E shall provide a justification for any non-''hard'' metric materials specified. The project scope includes the replacement of 12 existing roof-top DX AHU's with new chilled water (CHW) AHU's. These AHU's serve a 333,000 square foot building consisting of office areas, warehouse storage areas, and Class 100,000 cleanroom storage areas. Existing AHU's shall be demolished. Location of new AHU's to be determined. The location options include existing roof-top, new indoor mechanical room, and new mechanical room or covered area. CHW shall be supplied via new underground CHW piping, to be connected to the existing system (currently being installed on Contractor's Road). New variable speed CHW distribution pumps for the building are required. These pumps will be new tertiary pumps within the existing primary/secondary/tertiary CHW pumping system in the VAB Utility Annex area. Work also includes design for ductwork modifications, CHW piping distribution within the existing building, structural supports for mechanical components, roof repair, (possible) new mechanical pump house building, Electrical AC power modifications, Controls, and Validation/Acceptance testing of the complete renovated Heating/Ventilation/Air Conditioning (HVAC) system. The detailed design effort will be completed within approximately 240 days and the estimated construction bid cost for the project is approximately $1.5 million. The professional services required for these tasks may include, but may not necessarily be limited to, conducting field investigations, surveys, (including topographical and asbestos surveys), analysis, calculations, and the preparation of applicable reports, studies, design and specifications for a fixed-price construction package. The selected A&E firm must have the capacity to provide all the personnel to perform all the work identified. The design package prepared by the A&E firm will include a detailed cost estimate. The approved designs will be utilized for the advertising and award of separate, fixed price construction contracts. The selected A&E firm must have demonstrated experience in the types of system design mentioned above as well as knowledge of applicable codes, standards and specifications as they relate to the subject project, and must have experience in designing for energy efficiency. The selected A&E firm must demonstrate familiarity with the metric system and must demonstrate an ability to design in metric units. The tasks will require multi-disciplined engineering skills for performance of the required work and the selected A&E firm will be required, as a minimum, to have on the proposed project staff the following: one (1) civil engineer familiar with facility and utility site work design (including environmental engineering), one (1) structural engineer familiar with facility structural design, one (1) architect familiar with facility design, one (1) mechanical piping engineer familiar with design of underground and above ground HVAC piping systems, one (1) mechanical engineer familiar with detailed design of HVAC systems (including all ASHRAE calculations required), one (1) electrical engineer familiar with facility electrical AC power design, one (1) electrical engineer familiar with fire detection system design, and one (1) electrical (or mechanical) engineer familiar with controls design for HVAC systems. The selected A&E firm must also have on staff one (1) experienced cost estimator, as well as the dedicated management personnel necessary to perform in all areas of the work. The following evaluation factors are in descending order of importance and will be used in the evaluation of all A&E submittals for this project. NASA will consider the immediate past 10 years as the period of time for evaluation under factors (1) and (2). 1. Specialized experience and technical competence in the type of work required. 2. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 3. Professional qualifications necessary for satisfactory performance of required services. 4. Capacity to accomplish the work in the required time. 5. Location of the essential staff for this project (or a commitment to locate) in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6. Volume of work (A&E Fees) previously awarded to the firm by NASA during the last ten years with the object of effecting an equitable distribution of contracts among qualified architect and engineer firms, including minority-owned firms and firms that have not had prior NASA contracts. As a part of your submittal, provide in order of the above factors, a specific response to each factor. A&E's responding to this notice should submit, along with the Standard Forms 254 and 255, any additional information that they deem to be of benefit to their firm in the selection process. The proposed design team qualifications as they relate to the specialized experience and technical competence required for this project should bY}statYr. SI8c8711 with afor responding to this notice is close of business 4/15/95. Offerors are cautioned that submittals received after the specified closing date may be considered late---see note 24---all references in numbered Note 24 to the Department of Defense shall be changed to read National Aeronautics and Space Administration. Technical questions should be directed to Mr. R. A. Armstrong, Mail Code, DF-FSO, telephone 407 -867-7517. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Building N6-1009, Kennedy Space Center, FL 32899. Please reference R-122 in responding. See Numbered Note(s): 1, 24. (0073)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950315\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page