SOLICITATION NOTICE
C -- Eastern Regional Architect-Engineering (�ERAE�)
- Notice Date
- 1/12/2024 1:08:33 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
- ZIP Code
- 44135
- Solicitation Number
- 80GRC024R0006
- Archive Date
- 02/02/2024
- Point of Contact
- Jamahel Fayall, Phone: 2164335182, Kimberly Hill, Phone: 2164335267
- E-Mail Address
-
jamahel.r.fayall@nasa.gov, kimberly.y.hill@nasa.gov
(jamahel.r.fayall@nasa.gov, kimberly.y.hill@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) in Cleveland, Ohio, plans to issue a Request for Capability Statements for Architectural/Engineering (A-E) Services to support NASA capital improvement projects. Design and other professional services necessary include rehabilitation, repair, demolition, modernization, and/or development of new systems for research, testing, and institutional facilities, and critical utilities infrastructure, across the following locations: Glenn Research Center (GRC), Cleveland, Ohio; Neil A. Armstrong Test Facility (ATF), Sandusky, Ohio; Goddard Space Flight Center (GSFC), Greenbelt, Maryland; Wallops Flight Facility (WFF), Wallops Island, Virginia; Langley Research Center (LaRC), Hampton, Virginia; with availability to all NASA assets and Centers nationwide. These services may be utilized for projects having construction estimates typically in the range of $500,000 to $10,000,000. The contemplated solicitation will be posted within 45 days of the posting of this notice. The Government intends to acquire services through procedures identified in FAR 36.6 and the Brooks Act (PL) 92-582. This procurement is contemplated as a Partial Small-Business Set-Aside. The NAICS Code is 541330 with $25.5M in three-year average annual revenues for determining whether or not a business is small. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf The upcoming posting, in addition to any attached documents, will be available on; www.sam.gov Prospective offerors may notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site (www.sam.gov) for the release of the solicitation and amendments (if any).� Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). The Indefinite-Delivery Indefinite-Quantity (IDIQ) contract scope of work may require A-E services across all project phases including Planning and conceptual feasibility studies, permitting, preliminary engineering reports, preparation of construction drawings and specifications, cost estimates, scheduling, environmental assessment/remediation design, Engineering Services During construction (ESDC), and activation and commissioning, and other services as needed. These services shall produce documents suitable for bidding purposes and/or construction activities. Services required will vary based on the task. Relevant specialized experience is sought in engineering analysis and design, with major emphasis on ordinary and complex systems for infrastructure, equipment, and facilities including but not limited to the following disciplines: Civil � Water distribution; Wastewater collection; Stormwater management; Parking facilities and roadways including traffic signals, landfills, dredging for transportation, channels and canals, coastal management, railroads, demolition, airfields, specialized, ground transportation infrastructure (>500,000 pounds carrying capacity); Security systems and force protection; Geotechnical evaluations, and associated infrastructure and utilities. Architectural-Site evaluation/selection; Building design; Security and access control systems; FAA requirements; Master Planning Structural � Movable structures and mechanisms; Cranes, Lifting mechanisms and Structures, Launch structures, towers � guyed and free-standing; Large frame structures; Port facility structures � wharf and docks; Structural support components such as foundations, framing � main resisting members, roof, siding; Large and unique foundations, ground support equipment, and bridges. Mechanical- Mechanical systems and equipment such as Heating, Ventilating, Air Conditioning (HVAC), Plumbing, fire suppression system, Natural gas systems, Steam systems, Domestic water systems; Fluid systems (compressible and non-compressible); Thermal and stress analysis; Rotating equipment compressors, exhausters, turbo-expanders; Vacuum systems; Large industrial cooling towers protection; Process water distribution and collection; Pneumatic systems; Environmental control systems (single pass launch vehicle purge); Systems for storage and distribution of cryogens and gases (including high pressure gases), and Clean rooms (class 100,000 to class 100 per FED-STD-209E and/or ISO 14644-1). Electrical- Low (<600 volts), Medium, and High voltage (2.4kV to 138 kV) power distribution; Emergency power generation, Data/control centers, Renewable energy technologies, Lighting systems, Surge suppression, Lightning protection; Fire alarm and smoke detection systems; Electronic Security Systems (ESS); Electrical control systems; and Centralized networking and monitoring. Additional Experience- Hazard assessment; Field verification (all disciplines); Hazard assessment; Disaster damage assessment; Environmental design; Geotechnical sampling; Landscape Architecture; Lightning protection; coordination with the appropriate State agencies and NASA Historical Preservation Office for the demolition of certain facilities; Energy modeling. Prospective offerors shall be required to perform and execute work with certified/licensed professionals in the state in which the NASA Center is located. Prospective offerors must have the capacity to perform all work tasks identified in this synopsis and the capacity to work multiple projects simultaneously, potentially throughout different NASA centers. The prospective offerors shall demonstrate capability and experience in the design of energy efficient buildings that have a minimal impact on the environment (congruent with NASA sustainability principles). The prospective offerors shall be required to have a Leadership in Environmental and Energy Design (LEED) accredited professional assigned to NASA projects. Some projects will require the A-E firm to provide a third-party commissioning authority. NASA policy requires that designated projects shall require a minimum LEED Certification of Silver as defined by the U.S. Green Building Council or a minimum level of two Green Globes by the Green Building Initiative. NASA requires that sustainable design principles be incorporated into all projects. Additional A-E services required for this contract may include, but are not limited to, the following: Conducting field investigations and surveys; Preparing engineering reports with recommended actions; Preparing trade studies; Cost estimating (for final design, construction, and change order proposals); Life Cycle Cost analysis; Energy Modeling; Schedule generation (for final design and construction); Preparation of designs using AutoCAD and Building Information Modeling (BIM), specifications, reports and other contract documents suitable for competitive bidding and for environmental permitting; and Providing construction site inspection and engineering support during construction. Engineering support services during construction include Review of shop drawings; Requests for information; Deviation waivers; Quality Assurance; Construction inspection services; Generation of field reports; Review of construction record drawings; and Creation of as-built construction drawings, etc. The prospective offerors shall utilize a quality control process for the review and approval of design documents. Engineered drawings shall be stamped by a licensed professional engineer or a registered architect authorized to practice in the state in which the associated NASA Center is located. This is not a solicitation or a request for capability statements. This pre-solicitation is to provide awareness to potential offerors of an upcoming procurement. Do not respond to this notice with a Capability Statement or Proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/393c29eaf6b14e7587773d17d1262dee/view)
- Place of Performance
- Address: Cleveland, OH 44135, USA
- Zip Code: 44135
- Country: USA
- Zip Code: 44135
- Record
- SN06934515-F 20240114/240112230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |