Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2010 FBO #3113
SOURCES SOUGHT

Z -- MULTI AWARD GENERAL CONSTRUCTION INDEFINITE-DELIVERY INDEFINITE-QUANTITYCONTRACTS - LARGE PROJECTS

Notice Date
6/1/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ10ZBJ004L
 
Response Due
6/10/2010
 
Archive Date
6/1/2011
 
Point of Contact
Anna Carter, Contract Specialist, Phone 281-483-1869, Fax 281-483-9741, Email anna.carter-1@nasa.gov - Keshia L. Guinn, Contracting Officer, Phone 281-483-4177, Fax 281-483-9741, Email keshia.l.guinn@nasa.gov
 
E-Mail Address
Anna Carter
(anna.carter-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only.NASA/JSC is hereby soliciting capabilities information from certified 8(a), HUBZone, andService Disabled Veteran Owned Small Business (SDVOSB) concerns within a five stateregion consisting of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas for largeconstruction projects at Johnson Space Center (JSC), Ellington Field (EF), Sonny CarterTraining Facility (SCTF) and White Sands Test Facility (WSTF). The purpose of this request is to determine the appropriate level of competition inaccordance with FAR 19.10 Small Business Competitiveness Demonstration Program.Information received will be used to make a determination regarding the use of full andopen competition or to set aside the procurement as an 8(a), HUBZone, or SDVOSBset-aside. It is the potential offerors responsibility to monitor sites for the releaseof any solicitation or synopsis. It is anticipated that NASA/JSC will issue a solicitation for IDIQ multiple-award GeneralConstruction contracts for large construction projects at JSC, EF, SCTF and WSTF in whicha sample Task Order(s) may be used for master contract selection purposes. The NAICScode for the project is 236220 with a small business size standard of $33.5 million. ThisNAICS code ties directly with FAR 19 of the Small Business Competitiveness DemonstrationProgram, under the title of Commercial and Institutional Building Construction. Theminimum award value is anticipated to be $5,000 with a maximum Not-To-Exceed (NTE) valueof $400,000,000 over a 5 year period of performance. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Certified 8(a), HUBZone and SDVOSB General Construction Companies capable of performingas prime contractors that meet the requirements of this synopsis are asked to submitcapability statements in no more than ten (10) pages. Material submitted shall notcontain binding of any kind or be submitted in hard or soft folders. Capabilitystatements MUST include the following information: Name and address of firm Size of business Average annual revenue for past 3 years Number of employees Ownership Indicate company status as either Certified 8(a), HUBZone, SDVOSB Number of years in business Affiliate information: parent company, joint venture partners, potential teamingpartners, etc CAGE Code (if available) In addition, it is critical that capability statements address the following:Note: Please respond using the same 1-10 format below to demonstrate your firmscapabilities so that NASA may best determine whether both capabilities and interest existto set aside general construction projects. Capability Statements should:1) Identify past projects with proven General Construction experience preferably over$10,000,000 within the last five (5) years with emphasis on work performed on a Federalinstallation a. Provide at least three (3) references that highlight relevant work performed,contract numbers, contract type, dollar value of each procurement, a point of contact -address and phone numbers;2) Demonstrate the ability to meet the 15% requirement of work to be performed by theprime contractor, not including the cost of materials, with its own employees as setforth in FAR 52.219-14, Limitations on Subcontracting. a. Provide at least examples of three (3) past projects with emphasis on workperformed on a Federal installation where the potential offeror has performed 15% orgreater of the effort for similar projects ranging over $10,000,000. The providedexamples are to indicate that the potential offeror is capable of performing the primaryand vital functions of the contract in accordance with the Ostensible Subcontractor Rule,13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfy the requirements of both items1 and 2 of the synopsis only need to be submitted once but please notate as such; 3) Identify any OSHA violations within the last 3 years, specifically injury or deathrelated. Also provide disposition of any OSHA violations. If no violations have occurred,please so state;4) Demonstrate the ability to meet Miller Act performance and payment bonding capacity of100 percent of the contract price as per FAR 52.228-15. a. Capability statement must demonstrate bonding capacity for the magnitude ofprojects over $10,000,000.5) Demonstrate experience with new construction, additions, demolition, maintenance andrepair projects including partial and total renovations, refurbishments, alterations ofbuildings, structures and other real property contracts in a work environment with: a. special access requirements, and restricted periods of time when work can beperformed and occupied areas; b. work performed with hazardous materials such as asbestos, lead paint, etc.6) Demonstrate experience involving a broad range of skills, including, but not limitedto site work, paving, utilities, structures, electrical, mechanical and plumbing systems,finishes, furnishing/outfitting, carpentry;7) Demonstrate experience in design-build projects in which the potential offerorperformed as the lead.8) Demonstrate experience in Leadership in Energy and Environmental Design (LEED)concepts. Companies should include experience on projects that required - design andconstruction strategies that would meet the U.S. Green Building LEED certificationrequirements. Companies should also include experience on projects that demonstrateexperience in achieving LEED ratings, and whole-building commissioning.9) Demonstrate experience in Building Information Modeling (BIM by providing examples ofprojects utilizing BIM which the potential offeror acted as the General Contractor.10) Demonstrate experience in managing and performing multiple and concurrent, generalconstruction contracts;11) Demonstrate experience in managing and coordinating subcontractors to performelectrical, mechanical, civil, structural, and other specialty type work required tocomplete contractual requirements of projects. This should include qualified projectmanagers and superintendents familiar with construction;12) Demonstrate knowledge of and experience with Government construction regulations andOSHA safety standards (Government Safety and Health Plans);13) Demonstrate experience in developing safety and health plans including the ability tocomply with the JSC Safety and Health Handbook located athttp://jschandbook.jsc.nasa.gov/. It is the potential offerors responsibility toreview the entire content of the JSC Safety and Health requirements. The followinggeneral information is offered to provide an idea of the JSC Safety and Healthrequirements. a. Potential offerors should understand that if selected for award of a JSC contract,they will be responsible for performing tasks to ensure the protection of personnel,property, equipment, and the environment in contractor products and activities generatedin support of institutional and space flight program objectives. b. In addition, to ensure compliance with pertinent NASA policies and requirements andfederal, state, and local regulations for safety, health, environmental protection, andfire protection, the contractor will be required to develop and implement a safety andhealth program in accordance with a NASA-approved safety and health plan. c. The contractor will implement system safety engineering tasks for flight andinstitutional program activities and products in accordance with the schedule andapplicable flight and institutional requirements as documented in the contractors SystemSafety Program Plans (SSPPs) which must be approved by NASA. d. The contractor shall develop and implement risk management techniques (includingrisk assessment) to be applied to hazards derived from analyses of activities andproducts for the purpose of eliminating or controlling hazards as specified in NASApolicies and requirements for hazard reduction. The JSC Safety and Health Handbook provides detailed requirements and instructionsregarding safety and health procedures and policies at JSC and is incorporated byreference into all JSC contracts when performance is on site at a JSC facility.RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed thestated requirements are invited to submit appropriate documentation and references asrequested. All responses shall be submitted to Keshia Guinn no later than 10:00 a.m. Central Time onJune 10, 2010. Responses may be e-mailed to the contracting officer atKeshia.l.guinn@nasa.gov. Please reference NNJ10ZBJ004L in any response. Mailing addressis: NASA Johnson Space Center, Attn: Keshia Guinn, Mail Code BJ3, 2101 NASA Parkway, Houston,Texas 77058 This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. The Governmentreserves the right to consider a 8(a), HUBZone, or SDVOSB set-aside based on responseshereto. All 8(a), HUBZone or SDVOSB owned firms will need to be certified at the time ofproposal submission if the procurement is set-aside. Any questions regarding this announcement should be directed to the identified point ofcontact. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZBJ004L/listing.html)
 
Record
SN02165073-W 20100603/100601234617-77ad8974b5998f57e2c59edc71037da5 (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.