Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2008 FBO #2232
SPECIAL NOTICE

C -- ENGINEERING SERVICES AT GEORGE C MARSHALL SPACE FLIGHT CENTERS MICHOUD ASSEMPLY FACILITY NEW ORLEANS LOUISIANA

Notice Date
1/4/2008
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NASA-SNOTE-080104-002
 
Archive Date
1/4/2009
 
Point of Contact
Sandra S. Johnson, Contract Specialist, Phone 256-544-6698, Fax 256-544-9162, Email sandra.johnson@msfc.nasa.gov - Marty B. Hanson, Contracting Officer, Phone 256-544-0989, Fax 256-544-9162, Email Marty.B.Hanson@nasa.gov
 
E-Mail Address
Email your questions to Sandra S. Johnson
(sandra.johnson@msfc.nasa.gov)
 
Description
ARCHITECTURAL/ENGINEERING SERVICES (AE2(08) FOR THE CONTRACT TITLED ?ENGINEERING SERVICES? AT GEORGE C. MARSHALL SPACE FLIGHT CENTER?S MICHOUD ASSEMBLY FACILITY, NEW ORLEANS, LOUISIANA The Architect/Engineering (A/E) services to be provided under this procurement consist of planning, A/E design, project management, construction support and total building commissioning for facility modifications, repairs, construction, and maintenance at the George C. Marshall Space Flight Center?s Michoud Assembly Facility (MAF), New Orleans, Louisiana. The majorities of the facilities MAF are in direct support of MAF?s mission to manufacture complex space systems and include laboratories, flight vehicle manufacturing and test facilities and office buildings. This contract is part of the MAF transition from a Government Owned ? Contractor Operated site to a Government Owned ? Government Operated site. As such, the services below may be phased in based on services required and availability of contract funds. The selected firm will provide these services onsite at MAF. The planning services include field investigations and the preparation of sketches, drawings, analysis, and narratives for facility requirements definition to support space utilization/real property, master planning, and Construction of Facilities (CoF) activities (Note: CoF projects are defined as projects having construction costs greater than $500K). Space Utilization/real property support includes: (1) maintaining and updating the utilization floor plans; (2) providing office layout design support; and (3) personnel relocation planning Master Planning support includes: (1) conduct miscellaneous studies of facilities, land use roadways, and other infrastructure in support of planning of CoF efforts; (2) updating and maintaining master planning documents such as maps, plans, analysis, graphics, etc.; (3) updating and maintaining geographic information system data; (4) updating and maintaining the facilities data book; and (5) providing historical survey and documentation support. Planning support to the CoF program includes: (1) developing project programming data and cost estimates for the annual CoF budget process and out-year program plans; and (2) developing and maintaining strategic plans and integrating all planned and ongoing facility project activities The Design Services include, but are not limited to, preparing architectural, civil, structural, environmental, electrical, mechanical, fire protection, building automation system, and multi-discipline project designs in support of local projects at MAF (Note: Local projects are defined as projects having construction costs less than $500K). At the discretion of the Contracting Officer, design services may include project designs in support of the CoF program. Project designs include criteria development, construction drawings, calculations, specifications, and cost estimates. Cost estimating services will also be required in support of the CoF program. MAF has a building automation system that monitors and controls equipment and systems in the various buildings. Design services for the addition/modification of hardware due to addition or modification of HVAC or process equipment will be required. In addition to project designs, the selected firm will manage the historical drawing files, assess and update above and below ground utility maps, make recommendations for digging permits, and perform construction support, special studies and tasks, land surveys, geotechnical analysis, and as-built preparation (CoF and local projects) and configuration management. All facility projects will incorporate facility sustainability in planning, design, and construction. New construction will be Leadership in Energy and Environmental Design (LEED) certified. Construction Support include: (1) providing construction management surveillances and inspections for all phases of construction; (2) providing test monitoring, construction inspection, and documentation to verify construction and maintenance projects are in accordance with the contract drawings and specifications; (3) conducting evaluations, reviews, and coordination of all required submittals for the project; (4) the review and payment recommendation to the Government on contractor?s periodic pay requests; (5) the coordination and disposition of all Requests for Information, Design Change Requests, and Change Items; (6) chairing of weekly status meetings with the contractor, the subcontractors, and all pertinent personnel throughout construction; (7) monitoring and reporting the status of the construction schedule; (8) maintenance of all in-process construction project documentation and delivery to the Government upon project completion; (9) coordinating the collection of appropriate documentation to obtain Leadership in Energy and Environmental Design (LEED tm) on all new construction; and (10) the collection, delivery, and execution of all warranties, guaranties, and pertinent documentation to the Government. Total Building Commissioning includes providing a building commissioning agent throughout the design and construction to manage and direct the total building commissioning for new buildings. The commissioning agent will also be responsible for leading the commissioning of existing buildings. The magnitude of MAF?s annual local program is anticipated to include 150 projects having construction costs between $2K and $50K and 20 projects having construction costs between $50K and $500K. MAF?s annual CoF program is anticipated to include between $10M to $40M of building, structure, and utility system repairs, alterations, modifications, and construction. The annual CoF program historically consists of between four and eight projects each having a construction cost greater than $500K. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this announcement. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330. 2. Submit proposals that include a management plan, including an organization breakdown showing the capacity to perform the work as listed above. Proposals that include a ?Partnering? approach with multiple branch offices, firms, consultants, etc. must show the division of labor between the partners. Proposals must address the ability to accommodate a contract funding profile that may vary depending on required contract services and available funds. 3. Demonstrate that the proposed contract Construction Managers/Inspectors (CMI?s) that will execute the construction phase services and value engineering are trained and experienced in construction management and inspection of industrial facilities. 4. Demonstrate that the proposed contract Commissioning Agent (CA) that will execute the total building commissioning services and is mechanical engineer and a Certified Energy Manager (Association of Energy Engineers) with experience in the design and commissioning of mechanical systems. The commissioning agent shall have experience using energy analysis software such as DOE-2, Trane Trace, Carrier E20-II, etc. 5. The proposals must show a capacity that includes a minimum of the following disciplines. This can include a combination of the corporate, and branch and/or partner offices within the United States: ? Minimum of 20 electrical engineers. ? Minimum of 20 mechanical engineers. ? Minimum of 10 architects. ? Minimum of 10 structural engineers. ? Minimum of 5 civil engineers. ? Minimum of 10 CMI?s. ? Minimum of 10 cost estimators ? Minimum of 10 project managers 6. Have registered professionals on-site that will stamp all work provided. 7. Have the proposing firm?s office located within 300 miles from the MAF Plant. 8. Have a minimum of 100 employees located at the proposing firms office. Factors scored (100 maximum points) in the selection process include: (1) Specialized experience and demonstrated capabilities in the restoration, modernization and renovation design for office, laboratory and test and manufacturing facilities (50 points); (2) Past Performance on A-E contracts at MAF, other government agencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (15 points); (4) Professional Qualifications (5 points); (5) Previous MAF Contracts (5 points) and (6) Geographical Location (5 points). In the submittal, the A-E shall clearly define the location of the proposing office as well as the capabilities and size of that particular office. Other company resources and experience should be shown separate from the lead office?s resources and experience. It is anticipated that the contact will include a two year base and three one-year options. The estimated start date of the contract is April, 2008. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include the identification number AE2(08) in their submitted Standard Form 330 and accompanying letter of transmittal. The above services are not set-aside for Small Business or Small Disadvantaged Business Firms. Architect-Engineer firms which meet requirements described in this announcement are invited to submit a completed Standard Form 330, Architect-Engineer and related Services Questionnaire for Specific Project, and appropriate data as described in Number Note 24 to the address shown below no later than Feb 4, 2008, by 2:00 p.m. local time. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter of by telephone to request additional information. The mailing address for all overnight packages is: Ms. Sandra Johnson, Mail Code PS32, Building 4250, Room 36E, NASA Marshall Space Flight Center, MSFC, AL 35812. THIS IS NOT A REQUEST FOR PROPOSAL -- SEE NOTE 24.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#128307
 
Record
SN01479556-W 20080106/080104224344 (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.