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