Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1997 PSA#1841

NASA Procurement Office, Code DAOO, Stennis Space Center (SSC), MS 39529-6000

C -- ARCHITECT-ENGINEERING SERVICES FOR DESIGN OF MODIFICATIONS OF PROPULSION TEST FACILITIES DUE 060697 POC Elaine J. Powell, Contract Specialist, Phone (601) 688-1651, Fax (601) 688-1141, Email elaine.powell@ssc.nasa.gov -- Harold G. Taulbee, Contracting Officer, Phone (601) 688-1640, Fax (601) 688-1141, Email harold.taulbee@ssc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/SSC/date.html#K-97010. E-MAIL: Elaine J. Powell, elaine.powell@ssc.nasa.gov. Architect-Engineering Services for design of Modifications of Propulsion Test Facilities. This requirement is for multi-disciplinary engineering services resulting in Preliminary Engineering Reports (PERs) related to modifications and improvements anticipated for propulsion test facilities at the Stennis Space Center (SSC), other NASA Centers, and other government agencies. The successful contractor will evaluate and develop specialized multi-disciplined requirements for the referenced modifications with the goal of accommodating multiple rocket propulsion sytems. Affected systems include thrust measurement systems and take-out structures, cryogenic propellent spool segments, and special adapters for multi-engine application. The contractor may also develop documentation related to a 30% design for approved test stand modifications. The contractor shall also be required to provide evalation and analysis of impacts to test stand operations resulting from design changes. These facilities are located at the John C. Stennis Space Center, Mississippi located approximately 55 miles northeast of New Orleans, Louisiana. The contractor shall be required to provide technical and project management expertise in the areas of: 1) cryogenic, high pressure gas and utility process piping systems; 2) thrust measurement systems; 3) test stand structural design; and 4) process control systems. The contract will be a requirements contract for A/E Services with a negotiated fixed price for each delivery order. Total term of the contract is limited to three years and is estimated at $750,000. The government does not guarantee that any work will be performed under this contract and reserves the right to limit the actual amount of work applied to the contract. The NASA/SSC Architect-Engineer Board will apply the following significant evaluation criteria in relative order of importance: A. NASA/SSC Center A-E Selection Board evaluation of overall merit of each participating firm. B. Specialized experience and technical competence in work related to the following prioritized profite codes as applicable to propulsion test facilities: 201, 101, 083, 080, 040, 112, 079, 023. C. Depth of company resources available in technical competencies to support assure timely response and the extended contract period. D. Past Performance on similar contracts with NASA, other government agencies and private industries in terms of cost control, quality of work and compliance with performance schedules. E. Professional qualifications necessary for satisfactory performance or required services. F. Computer Aided Drafting and Computer Aided Engineering capabilities using a mircocomputer based platform. G. Location in the general geographic area of the project in terms of construction materials and practices and local and national codes, laws and permits. H. Capacity to accomplish the contemplated work within a specified time limit. I. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficienty in facility design. There will be no solicitation issued. Interested firms must submit a Standard Form 255 (SF255) which is postmarked no later than 30 days after the date of this notice to be considered for selection. Section 8 of the SF255 shall provide recent and relevant references including contract names and telephone numbers. Interested firms must also submit a current SF 254 for the prime firm and each related consultant. No other general notification to firms under consideration for these services will be made and no other action is required. All forms shall be sent to: National Aeronautics and Space Administration, Code RA30, Building 1100, John C. Stennis Space Center, Stennis Space Center, MS 39529, Attn: Mr. Randall R. Canady. This procurement is NOT set-aside for Small Business Concerns. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Mr. Mark Craig at (601)688-2123. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at (202)358-2090. (0126)

Loren Data Corp. http://www.ld.com (SYN# 0027 19970508\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page