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