Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SPECIAL NOTICE

C -- STRUCTURAL DESIGN

Notice Date
5/8/2007
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NASA-SNOTE-070508-001
 
Archive Date
5/8/2008
 
Description
Design and other Professional Services Required to Rehabilitate, Modernize, or Provide Structural Systems for Facilities at the Cape Canaveral Air Force Station (CCAFS), Vandenberg Air Force Base (VAFB), Shuttle Landing Sites, and the Kennedy Space Center (KSC), Florida. The NAICS Code and size standard are 541330 and $4.5M, respectively. All qualified firms may provide a submittal. This is not a small-business set-aside. This synopsis specifies the Government?s requirement. There is no separate solicitation package. No more than one copy of the Architect-Engineer?s (A&E?s) response to this notice is required. For informational purposes the magnitude of the work involved is estimated to be $1,250,000 per year. An A&E firm will be selected to develop complete design packages and to provide studies, surveys, reports, and at the direction 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 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 project. This project shall include tasks that involve essential or substantial effort in structural systems, equipment and or facilities. The final designs, suitable for competitive bidding of NASA requirements, will be associated with the restoration, rehabilitation, or modifications of new or 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 structural work 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 detailed cost estimates. Approved designs will be utilized for the advertising and award of fixed price construction contracts. Project sites will be primarily located at KSC and CCAFS with a minimal number located at other KSC support centers including the VAFB. The selected A&E firm will be awarded a Basic Ordering Agreement against which fixed priced Delivery Orders will be issued. Services will be provided for twelve (12) months and at the government?s discretion, four additional one year options. One A&E firm will be selected to perform Structural 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 its submittal to the specific requirement of this synopsis. The submittal may not exceed forty pages. The forty pages include the Standard Form 330 and any additional information the offeror feels may benefit the firm in the selection proves. Submittals that are not tailored to the Structural requirement or that exceed the page limitation may not be considered for award. All tasks, while predominantly structural in nature, will require multi-disciplined engineering skills for the performance of the required work. Accordingly, 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: Structural, Architectural, Civil, Environmental, or civil with environmental engineering experience, Electrical, and Mechanical engineering. This staff shall have a combined experience in the design of large, complex concrete and steel structures. Tasks will primarily involve designs associated with large buildings, towers, infrastructure development and improvement, access and handling structures, and supports for equipment. Examples of design tasks include high bays for mobile equipment servicing, structures for the housing of personnel and equipment, structures for laboratory and testing operations, structural systems for providing access to remote launch vehicle locations and launch vehicle handling devices. The A&E shall have computer capability to assist in stress analysis and structural design. Additional demonstrated experience will include Heating Ventilation and Air Conditioning, plumbing, industrial and institutional type electrical systems grounding, lighting, lightning protection, fire alarm and detection systems, machine systems, and construction management. The A&E shall also have demonstrated experience system testing and acceptance, analysis and preparation of operating and maintenance documentation, including spares provisioning as well as 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 ten 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 - 40 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 - 25 percent), 3. Professional qualifications necessary for the satisfactory performance of the required services (Selection weight ? 15 percent), 4. Capacity to accomplish the work in the required time (Selection weight ? 10 percent), 5. Location of essential staff for this project or a commitment to locate in the general geographical area of the project and the knowledge of the project site, including local code compliance and local environmental regulations and permitting requirements and the project delivery processes at KSC, 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 part of your submittal, provide in the order of the above factors, a specific response to each factor. A&E responding to this notice should submit, along with the Standard Form 330, 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 no later than close of business, June 12, 2007. Offerors are cautioned that submittals received after the specified closing date may be considered late. Please reference R-2007-02 when responding. All questions should be directed to Mr. Jack Massey, (321) 867-3463. Submittals should be made in writing to NASA-KSC, Central Industry Assistance Office (CIAO), 7110 N. Courtenay Parkway, Merritt Island, FL 32953. An ombudsman has been appointed. See NASA Specific Note ?B?.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#124704)
 
Record
SN01290071-W 20070510/070508221407 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.