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