Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1996 PSA#1515

Kennedy Space Center, FL 32899

C -- REHABILITATE OR PROVIDE STRUCTURAL SYSTEMS FOR FACILITIES AT THE CAPE CANAVERAL AIR STATION (CCAS), VADNEBERG AIR FORCE STATION AFB), OTHER NASA SPACE VEHICLE LAUNCH AND LANDING SITES AND KSC SOL R-130 POC Vernetta Gary-Chavis, Contract Specialist, OP-ESO-A, 407-867-7230. 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 develop complete design packages and to provide studies, surveys, reports, and at the discretion of KSC, to perform other professional and incidental services for the subject project, such as project and construction management support in all phases of the work throughout the design and construction. This may include review of shop drawings, resolution of problems, and the providing of inspection services in the post design phase of the project. This project shall include tasks which involve essential or substantial effort in structural systems, equipment, and/or facilities. The final designs, suitable for competitive bidding of NASA requirements, will be associated with the restoration, rehabilitation, or modification of existing facilities. The professional services required for this project may include, but will not necessarily be limited to, conducting field investigations, surveys, analysis of existing and planned structural work and support systems, and to prepare engineering reports of recommended action and/or design packages. The selected A&E firm must have the capacity to provide all the personnel to perform all the work identified. All packages prepared by the A&E firm will include detail cost estimates. Approved designs will be utilized for the advertising and award of fixed price construction contracts. Project sites will be primarily located at KSC and CCAS with minimal number located at other KSC support centers including the VAFB and other NASA space vehicle launch and landing sites. The selected A&E firm will provide services for twelve (12) months and two additional one year options. All tasks will require multi-disciplined engineering skills for performance of the required work. The selected A&E firm's project staff must include, as a minimum, specialists in the following engineering disciplines who must have demonstrated experience in the specific disciplines: Structural Engineer, Architect, Civil Engineer, Environmental Engineer, Electrical Engineer, and Mechanical Engineer. This staff shall have a combined experience in the design of large complex concrete and steel structures. Tasks will primarily involve design associated with large buildings, towers, access and handling structures and supports for equipment. Examples of design tasks include high bays for mobile equipment servicing, structures for the housing of personnel and equipment, structures for laboratory and testing operations, structural systems for providing access to remote launch vehicle locations and launch vehicle handling devices. The A&E shall have computer capability to assist in stress analysis and structural design. Additional demonstrated experience will be in HVAC/plumbing, industrial and institutional type electrical systems, grounding, lighting, lightning protection, fire alarm and detection systems, machine systems, and construction management. The A&E shall also have demonstrated experience in system testing, analysis and preparation of operating and maintenance documentation, including spares provisioning as well as failure and hazard analysis. 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.(selection weight, 35 percent) 2. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design.(selection weight, 25 percent) 3. Professional qualifications necessary for satisfactory performance of required services.(selection weight, 15 percent) 4. Capacity to accomplish the work in the required time.(selection weight, 10 percent) 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. (selection weight, 10 percent) 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.(selection weight, 5 percent) 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.. Closing date for responding to this notice is close of business 2/20/96. 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, ATTN: Vernetta G. Chavis, Headquarters Building M6-399, Room 2484, Kennedy Space Center, FL 32899. Please reference R-130 when responding. See Numbered Note(s) 24. (0019)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960122\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page