Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

C -- ON-SITE ENGINEERING DESIGN SERVICES AT MSFC SOL AE7-99 DUE 100899 POC Sandra S. Johnson, Contract Specialist, Phone (256) 544-6698, Fax (256) 544-9162, Email sandra.johnson@msfc.nasa.gov -- Timothy P. Crabb, Contracting Officer, Phone (256) 544-0365, Fax (256) 544-9162, Email tim.crabb@msfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/MSFC/date.html#AE7-99. E-MAIL: Sandra S. Johnson, sandra.johnson@msfc.nasa.gov. The Architect-Engineering Services to be provided under this procurement consist of planning and architectural-engineering design services for facility modifications, repair, construction, and maintenance at the George C. Marshall Space Flight Center (MSFC), Alabama. There are over 200 facilities located at the MSFC campus. The majority of the facilities are in direct support of MSFC's complex space systems research and development programs and include ultra-clean laboratories, engine test facilities, structural test facilities, vacuum chambers, wind tunnels, etc. The selected firm will provide these services on-site at MSFC. The planning services include field investigation and the preparation of sketches, drawings, analysis, and narratives for facility requirements definition to support space utilization/real property, master planning, and Construction of Facilities (CoF) activities. Planning services shall include, but not be limited to, the following tasks. Space utilization/real property support includes: (1) maintaining and updating the utilization floor plans, (2) providing office layout design support, (3) performining tri-annual inventory of all real property, (4) personnel relocation planning, and (5) preparing ingrant/outgrant agreements, lease/license permits, and use permits/agreements. Master planning support includes: (1) maintaining and updating equipment capabilities catalog and aerial obliques, (2) updating and maintaining master planning documents such as maps, plans, analyses, graphics, etc., (3) updating and maintaining geographic information system data, and (4) updating and maintaining the facilities data book. MSFC annual CoF program includes approximately $20M of building, structure, and utility system repairs, alterations, modifications, and construction. The annual CoF program historically consists of between 16 and 20 projects having a construction cost greater than $500K per project. Support to the CoF program includes: (1) developing facility requirements and cost estimates for the annual CoF budget process and out-year program plans, (2) developing and maintaining strategic plans and integrating all planned and ongoing facility project activities. The engineering design services include, but are not to be limited to, preparing architectural, civil, structural, environmental, electrical, mechanical, fire protection, and multi-discipline project designs in support of MSFC's annual local projects. Project designs include criteria development, construction drawings, calculations, specifications, and cost estimates. Local projects are defined as building, structure, and utility system repairs, alterations, modifications, and new construction projects having construction costs less than $500K each. Historically, there are approximately 200 projects having construction costs between $2K and $50K and 15 projects having construction costs between $50K and $500K. In addition to project designs, the selected firm will perform construction support, special engineering studies and tasks, landsurveys, geotechnical analyses, as-built preparation (CoF and local projects), and configuration management. Historically, the value of the contract(s) to provide the planning and engineering design services has been annually funded at approximately $3M and has been staffed at a maximum of 60 employees. Only those firms having expertise in the disciplines of Architectural, Estimating, Structural, Civil, Electrical,and Mechanical Engineering need apply. Registered licensed professionals for each respective discipline will oversee all work under this contract. Firms responding to this announcement must have registered professionals in the disciplines of Architectural, Civil, Mechanical, and Electrical Engineering. Factors for selection will include the firms specialized experience and demonstrated capabilities in the planning and design for repairs, alterations, modifications, and new construction for buildings, structures, and utility systems associated with industrial buildings and complex test facilities.—The work required will be on-site engineering services with a large multidisciplinary staff. SIC Code 8711 (Engineering Services: Military and Aerospace Equipment and Military Weapons $20,000,000) applies. This solicitation is limited to 8(a) firms in the Small Business Administration Southeastern Region IV. The anticipated cost plus fixed fee contract will be one year with four one-year options with a start date of April 1, 2000. The anticipated dollar value for this contract is $15,000,000. Offerors should show in their SF254 and 255 that they have performed successfully in the engineering design area dealing with federal facilities. Firms which meet requirements described in this announcement AE7-99 are invited to submit a completed Standard Form 255, Architect-Engineer and related Services Questionnaire for Specific Project, and appropriate data as described in Numbered Note 24 to the address shown above no later than October 8, 1999. Evaluation criteria and all other provisions of Numbered Note 24 shall apply to this notice except that (a)in the sentence beginning "Selection of firms for negoitations," the fourth additional consideration listed is changed to read:"(4)past experience, if any, of the firm with respect to performance on contracts with NASA, other Government agencies, and private industry;" and (b) in the last sentence "National Aeronautics and Space Administration" is substitued for "Department of Defense." This notice is intended to provide sufficient information for preparation of a Standard Form 255. All firms that respond must submit their Standard Form 255 based on information contained in this notice and should not contact MSFC officials by letter or telephone to request additional information. ADDITIONAL INFORMATION WILL NOT BE FURNISHED AT THIS TIME. If consultants or associates are to be used their appropriate information should be included and Identification No. AE7-99 should be included in Standard Form 255 and accompanying letter of transmittal. The mailing address for all overnight packages is: NASA, Marshall Space Flight Center, Attention: PS31K/Sandra Johnson, Rideout Road, Building 4471, Marshall Space Flight Center, AL 35812 (located near Huntsville, AL). THIS IS NOT A REQUEST FOR PROPOSAL -- SEE Note 24. Posted 09/02/99 (D-SN375879). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990907\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page