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