SOLICITATION NOTICE
C -- ENGINEERING SERVICES FOR THE DESIGN OF THE REPAIR OR REPLACEMENT OF THE 350 PSIG STEAM DISTRIBUTION SYSTEM IN UTILITY TUNNEL NO.4
- Notice Date
- 2/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- AE-4T
- Archive Date
- 2/7/2004
- Point of Contact
- Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email R.C.SHISLER@larc.nasa.gov - Timothy P. Stubbs, Contract Specialist, Phone (757) 864-2460, Fax (757) 864-8863, Email T.P.STUBBS@larc.nasa.gov
- E-Mail Address
-
Email your questions to Richard C. Shisler
(R.C.SHISLER@larc.nasa.gov)
- Description
- Synopsis for Architect-Engineering (A-E) Services for Design of the Repair or Replacement of the 350 Psig Steam Distribution System in Utility Tunnel No.4.(THIS IS NOT AN RFP) Work includes engineering services for site investigation and preparation of the design, with contract drawings, specifications, and a construction cost estimate for repair or replacement of the 350 Psig Steam Distribution System in Utility Tunnel No.4 at Langley Research Center. The existing 350-psig system was installed in the mid 1960's and was originally designed for a one-direction steam flow of 35,000 pounds per hour from Building 1215 (Langley Steam Plant). In the mid 1980's, an additional supply source from Building 1288 (Recoup) was added in the middle of the distribution system and depending on which source supplies steam, the system can now have bi-directional steam flow of around 60,000 pounds per hour. The existing steam piping is made up of 8" welded carbon steel pipe with 29 expansion joints and 55 traps. Included in the system are several pressure reducing stations that reduce the pressure from 350 to125 psig. This requires two separate condensate return legs, One 60 psig and the other 30 psig. The major portion of the existing steam distribution system is contained in an underground concrete tunnel with a small portion in a shallow trench and a small portion above ground. This distribution tunnel supplies: (1) Steam and utilities to 13 main center facilities, (2) steam for all the Center's institutional heating and cooling needs during non-peak hours (from the supply source added in the 1980's). The above ground portion supplies institutional and research steam to 27 test area facilities,The repaired or replacement system needs to be designed for a 75,000 pounds per hour steam flow in either direction. Automated controls and equipment need to be provided to allow either supply source to operate independently or in conjunction as needed. Estimated cost of the construction project is between $5-10M. Firms, which can meet the requirements described, are invited to submit SF 254 and 255 no later than February 21,2003. The final design is required to be completed by mid June 2004. It is contemplated that a firm fixed price A-E type of contract will be awarded. Firms responding to this synopsis should include the Reference No.AE-4T on their submitted SF 254 and SF255 and their letter of transmittal. The following is a list of Selection Criteria the NASA Architect-Engineering Selection Board will apply (in the order of importance): 1. Professional Qualifications: Submit a matrix for proposed design team that contains the following data about the member's assignment: Team member's name, firm name (if subcontractor), office location, proposed team assignment, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. For project manager, identify the number of projects managed over the past 5 years. 2. Specialized Experience: Provide a description of recent germane steam system projects, with clients, which your firm designed. Work on these projects must have been done in the last 5 years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team member names shall be across the top row of the matrix. In addition, describe your firm's: (1) Experience in steam system design, (2) Design approach and tools used to insure compliance with the design, (3) Experience with the SPECSINTACT system, and (4) Experience with and results using your internal cost estimating system. 3. Past Performance: Provide a tabular listing of all performance ratings and letters of commendation from both private and Government clients (designate your role: prime, consultant, or joint venture partner). These ratings shall be dated 1998 or later and include the following data: client's contact, client's need date, design completion date, and final cost estimate compared to the construction contract award amount (note whether sealed bid or negotiated). 4. Location and capacity of the firm to timely accomplish the work: Demonstrate the ability to complete several multidisciplinary contract orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, anticipated workload during the contract period, and the firm's history of successfully completed work in compliance with performance schedules). Indicate the firm's present workload and the availability of the proposed team members (including sub consultants) for the specified contract period. Since numerous site visits may be required, provide the location of the office primarily responsible for this work. 5. Quality Control: A-E firms selected for interviews must submit their Design Quality Assurance Plan (DQAP) at the time of the interview, including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, financial and credit references, and performance references. Firms who are ISO 9001 certified only need to provide a copy of their ISO Certification. (This factor will not be evaluated during the initial evaluation of 254s and 255s) The above services are not set-aside for Small Business or Small Disadvantaged Business firms. An ombudsman has been appointed -- See NASA Specific Note "B". Submission Requirement: See Note 24 for general submission requirements. (Note 24 is written in detail in any Monday issue of the CBD.) Firms that possess the qualifications to perform the services described above are invited to submit two (2) copies each of completed SF255, "Architect-Engineer and Related Services Questionnaire" for itself and SF254 for itself and each of its proposed consultants to the mailing address shown BELOW, no later than February 21, 2003. The selection will be conducted with the combined use of the submitted SF255 and SF254s. Interested firms with more than one office must indicate on its SF255 the staffing composition of the office in which the work will be performed. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. It is suggested that the combined SF255 and SF254s submission not exceed 50 pages total. A page is defined as one side of a sheet, 8 ?" x 11", with at least one-inch margins on all sides, using not smaller than12 characters per inch (or equivalent) type. The mailing address for all responses is: Building 1195A, Room 105, National Aeronautics and Space Administration, Langley Research Center, 9A Langley Boulevard, Hampton, VA 23681-2199 THIS IS NOT A REQUEST FOR PROPOSAL-SEE NOTE 24
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#104352)
- Record
- SN00255654-W 20030209/030207213707 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |