Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

C -- DESIGN AND OTHER PROFESSIONAL SERVICES REQUIRED TO REHABILITATE, MODERNIZE, OR PROVIDE ELECTRICAL SYSTEMS FOR EXISTING OR NEW FACILITIES AT THE KENNEDY SPACE CENTER C Design and other Professional Services Required to Rehabilitate, Modernize, or Provide Electrical Systems For Existing or New Facilities at the Cape Canaveral Air Station (CCAS), Vandenberg Air Force Base (VAFB), Shuttle Landing Sites, and the Kennedy Space Center (KSC), Florida. R-138 100 percent 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. This synopsis specifies the Government's requirement. There is no separate solicitation package. No more than one copy of the A&E's response to this notice is required. For informational purposes the magnitude of the work involved is estimated to be approximately $750,000.00 per year. An A&E firm will be selected to develop complete design packages and to provide studies, surveys, reports, and at the discretion of KSC, to perform other professional and incidental services for the subject projects, such as project and construction management support in all phases of the work throughout the design and construction. This may include review of shop drawings, resolution of problems, and the providing of inspection services in the post design phase of the projects. The final designs, suitable for competitive bidding of NASA requirements, will be associated with the restoration, rehabilitation, or modifications of existing facilities. The professional services required for this project may include, but will not necessarily be limited to conducting field investigations, surveys, testing and analysis of existing and planned electrical and support systems and to prepare engineering reports of recommended action and/or design packages. The selected A&E firm must have the capacity to provide all the personnel to perform all the work identified. All packages prepared by the A&E firm will include detail cost estimates. Approved designs will be utilized for the advertising and award of fixed price construction contracts. This project shall include tasks which involve essential or substantial effort in electrical systems, equipment, and/or facilities. Project sites will be primarily located at KSC and CCAS with minimal number located at other KSC support centers including the VAFB. The selected A&E firm will provide services for twelve (12) months and at the government's discretion, for four additional one year options. One A&E firm sill be selected to perform Electrical on-call A&E services. 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. Submittals that are not tailored to the requirements described in this synopsis may not be considered for award. The submittal may not exceed 50 pages, numbered front and back. The 50 pages includes both the 254's and 255's and any additional information the offeror feels may benefit their firm in the selection process. 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: One (1) Structural Engineer, One (1) Architect, One (1) Civil Engineer with environmental engineering experience, One (1) Mechanical Engineer, and Four (4) Electrical Engineers with combined experience in design of fire alarm and detection systems including High Bay UV/IR detection, medium and low voltage AC power systems, Electronic Security Systems (ESS), uninterruptible power systems, computer power conditioning, grounding, lightning protection, lighting, emergency power, hazardous area electrical installations, industrial and computer interfaced utility control, utility control system networking, sensor and monitoring equipment, power and communication duct banks, cable tray systems, communications raceway systems, communications cable systems, facility electrical controlsystems (doors, elevators, cranes, fire suppression controls, etc.), and facilities to house electrical equipment. The A&E shall have demonstrated experience in electrical system power system analysis, electrical energy conservation measures, procurement and performance specification preparation, material and equipment standards preparation, construction management and development of operating and maintenance documentation, including spares, failure and hazard analysis. 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. Specialized experience and technical competence in the type of work required. (Selection Weight, 35 percent) 2. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (Selection Weight, 30 percent) 3. Professional qualifications 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 September 6, 2000. 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. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Headquarters Building N6-1009, Kennedy Space Center, FL 32899. Please reference R138 when responding. See Numbered Note(s) 1 and 24. WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#R-138. E-MAIL: Roy M. Colvin, Mitch.Colvin-1@ksc.nasa.gov. Posted 08/07/00 (D-SN483084).

Loren Data Corp. http://www.ld.com (SYN# 0534 20000809\SP-0005.MSC)

SP - Special Notices Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com