Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1999 PSA#2427

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

C -- PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES REQUIRED TO DESIGN AN OFFICE AND TRAINING FACILITY TO BE LOCATED AT THE KENNEDY SPACE CENTER (KSC), FLORIDA SOL R-135 DUE 100499 POC Mitch Colvin, Contracting Officer, Phone (407) 867-3415, Fax (407) 867-2042, Email Mitch.Colvin-1@ksc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/KSC/date.html#R-135. E-MAIL: Mitch Colvin, Mitch.Colvin-1@ksc.nasa.gov. This synopsis specifies the Government's requirement. This is a 100% Small Business Set-Aside with subcontracting limitations in accordance with FAR 52.219-14. SIC Code 8711 with a size standard of 20 million dollars applies. There is no separate solicitation package. Only one copy of the Architect and Engineer's (A&E) response to this notice is required. The A&E shall be a Small Business. The professional services required for this project may include, but will not necessarily be limited to conducting field investigations, topographical surveys, soil testing and analysis of existing and planned work and support systems and to prepare engineering reports of recommended action and/or design packages. The firm will be selected to develop complete design packages and to provide studies, surveys, reports, environmental permit applications, environmental certificates of compliance 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 design and construction. This may include review of shop drawings, resolution of problems, providing of inspection services in the post design phase of the project and record construction drawings. The A&E shall have knowledge of different types of construction methods and be responsive to changes in direction. 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: Architectural, Civil (with environmental engineering experience), Structural, Mechanical, Electrical, and Communication Systems, and Project Management. This staff shall have a combined experience in the design of offices. The A&E shall have the computer capability to assist in engineering calculations and computer aided drafting. The A&E shall have experience in different types of wall/ roof/ floor construction, furniture layout, HVAC, plumbing, building control systems, industrial and institutional type electrical systems, grounding, lighting, lightning protection, fire detection and suppression systems, computer networks, energy conservation and constructibility. The A&E shall also have demonstrated experience in system testing. Phase I of the project may entail interviewing customers, site investigations, integrating project requirements, and proposing different construction methods. Upon satisfactory completion of the first phase, the Phase II may entail designing a multi-story permanent facility for approximately 800 -- 1,000 employees, that can be expanded in the future up to between 1,300-1,600 employees. The facility is envisioned to include offices, training rooms, small/ medium/ large conference rooms, roof top observation deck, break rooms, storage, small library, support areas, parking and an outside break area. Thedesign shall minimize construction impacts to the surrounding occupied areas and connect to utilities during limited brief holiday outages. The final design will be utilized for the advertisement and award of a fixed price construction contract with a magnitude of greater than 10 million dollars. All packages prepared by the A&E firm will include detail cost estimates and schedules. The selected A&E firm will provide design services and technical assistance during bidding. The A&E firm will be selected in accordance with the evaluation factors described below. A responding A&E firm must tailor their submittal to the specific requirements of this synopsis. The submittal may not exceed 30 pages. The 30 pages includes both the 254's and 255's and any additional information the offeror feels may benefit their firm in the selection process. Submittals that are not tailored to the requirements or that exceed the 30 page limitation may not be considered for award. 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) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, responsiveness and success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (Selection Weight, 35 percent). (2) Specialized experience and technical competence in the type of work required (Selection Weight, 30 percent). (3) Professional qualification 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). As a part of your submittal, provide in order of the above factors, a specific response to each factor. 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 the 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 October 4, 1999. 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. Donald Minderman, (407) 867-3688. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Bldg. N6-1009, Kennedy Space Center, FL 32899. Please reference R-135 when responding. See Numbered Note(s) 1 and 24. Posted 09/03/99 (D-SN376491). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990908\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page