Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1995 PSA#1476

Kennedy Space Center, FL 32899

C -- REPAIR THE LC-39 PADS A SURFACE CRACKS AT KSC, FL SOL R-127 DUE 120495 POC Vernetta Chavis, Contract Specialist, OP-ESO-A, 407-867-7230. Modify Synopsis which appeared on page 5, Issue No. PSA-1455; Thursday, October 19, 1995. Should be revised to read as follows: Design and Professional Services Required for Repairing the LC-39 Pads A Surface Cracks at Kennedy Space Center (KSC), Florida (R-127) This synopsis specifies the Governments 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 develop a detailed design package, provide studies and surveys, and at the discretion of KSC, perform other professional and incidental services for the following project: Repair LC-39 Pads A Surface Cracks, located on the LC-39 Pad A surface and slopes at KSC, FL (PCN 96824). The performance of other professional and incidental services may include project and construction management support in all phases of the work throughout the design, procurement and construction. These tasks may include, but not be limited to, answering bidders questions, review of shop drawings, resolution of problems, providing inspection services in the post design phase, preparation of record drawings, preparation of operations/maintenance and system analysis documentation, and all necessary environmental permitting.The project shall include the method of repair as outlined in a Study currently being developed at KSC. Specifically, the project scope includes restoring the structural integrity of pad slopes and providing cathodic protection for existing steel reinforcement. The A&E shall provide the drawings, specifications, cost estimates, construction bar charts, project data manual and any other professional services necessary to implement the fix proposed by the Study.The detailed design effort will be completed within approximately 180 days and the estimated construction bid cost for the project is approximately 1.6 million dollars.The professional services required for this project may include, but are not necessarily limited to, conducting field investigations, surveys, calculations, and the preparation of applicable reports and design packages.The selected A&E firm must have the capacity to provide all the personnel to perform all the work identified. Thedesign package prepared by the A&E firm will include a detailed cost estimate. The approved designs will be utilized for the advertise and award of a fixed-price construction contract.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.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 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 engineer familiar with facility mechanical design, and one (1) electrical engineer familiar with facility electrical AC power design. 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. 7) Demonstrated success in prescribing th use of recovered materials and achieving waste reduction and energy efficiency in facility design. As a part of your submittal, provide in order of the above factors, a specific response to each factor. Specify A&E fees, if any, received by prime contract with NASA. 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 be stated. The closing date for responding to this notice is close of business December 4, 1995. 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-ESO-A, Room 2484 Headquarters Building, Kennedy Space Center, FL 32899. Please reference R-127 in responding. See Numbered Note(s) 1 and 24. (0325)

Loren Data Corp. http://www.ld.com (SYN# 0028 19951122\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page