|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1999 PSA#2296C -- C DESIGN/PROFESSIONAL SERVICES REHABILITATE OR PROVIDE
MECHANICAL/CIVIL/ENVIRONMENTAL SYSTEMS AT CAPE CANAVERAL AIR STATION,
VANDENBURG AFB, SHUTTLE LANDING SITES AND THE KENNEDY SPACE CENTER
(R-133) Design and other Professional Services Required to
Rehabilitate, Modernize, or Provide Mechanical Systems For Existing or
New Facilities at the Cape Canaveral Air Station (CCAS), Vandenberg
Air Force Base (VAFB), Shuttle Landing Sites, and the Kennedy Space
Center (KSC), Florida. and Design and other Professional Services
Required to Rehabilitate, Modernize, or Provide Civil/Environmental
Systems for Facilities at the Cape Canaveral Air Station (CCAS),
Vandenberg Air Force Base (VAFB), Shuttle Landing Sites, and the
Kennedy Space Center (KSC), Florida. 100 percent Small Business
Set-Aside with subcontracting limitations in accordance with FAR
52.219-14. SIC code 8711 with a size standard of $20 million dollars
applies. This synopsis specifies the Government s requirement. There is
no separate solicitation package. No more than one copy of the A&E s
response to this notice is required. An A&E firm will be selected to
develop complete design packages and to provide studies, surveys,
reports, and at the discretion 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. Two different A&E firms will be
selected to perform on-call A&E services. One firm will be selected for
Civil/Environmental, and one for Mechanical. Each A&E firm will be
selected in accordance with the evaluation factors described below.
Each A&E firm providing a submittal must clearly indicate which
discipline they would like to be considered for (i.e.
civil/environmental, mechanical, etc.). If a firm would like to be
considered for more than one of the above mentioned disciplines, they
must submit separate complete packages for each. For instance, if a
firm would like to be considered for Civil/Environmental and
Mechanical, two separate and complete packages, consistent with the
requirements of this synopsis must be submitted. Each separate package
shall be tailored to the specific discipline the offeror is interested
in and shall not exceed 30 pages. The 30 pages includes both the 254 s
and 255 s and any additional information the offeror feels may benefit
their firm in the selection process. Submittals that are not tailored
to either Mechanical or Civil/Environmental or that exceed the 30 page
limitation may not be considered for award. CIVIL /ENVIRONMENTAL For
informational purposes the magnitude of the work involved is estimated
to be $1,000,000 per year. This project shall include tasks which
involve essential or substantial effort in civil/environmental systems,
equipment, and/or facilities. The professional services required for
this project may include, but will not necessarily be limited to,
conducting field investigations, surveys, analysis of existing and
planned civil/environmental work and support systems, and to prepare
engineering reports of final designs, suitable for competitive bidding
of NASA requirements, will be associated with the restoration,
rehabilitation, or modifications of existing facilities. The
professional services required for this project may include, but will
not necessarily be limited to conducting field investigations, surveys,
analysis of existing and planned civil/environmental 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 include detail 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 CCAS with minimal number located at other KSC
support centers including the VAFB. The selected A&E firm will provide
services for twelve (12) months and at the government s discretion,
for four additional one year options. All tasks will require
multi-disciplined engineering skills for performance of the required
work. 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: Civil with
environmental engineering experience, Structural, Architect,
Electrical, and Mechanical engineers. This staff shall have a combined
specialized experience in the design of sewage treatment facilities,
road repair and development, parking facilities, new and reconfigured
structures and facilities, site development including storm water
management and utilities and facility equipment design to process and
condition all types of hazardous and industrial waste products.
Additional demonstrated experience shall be in HVAC/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 in system testing, analysis and preparation of
operating and maintenance documentation, including spares provisioning
as well as failure and hazard analysis. MECHANICAL For informational
purposes the magnitude of the work involved is estimated to be $750,000
per year. This project shall include tasks which involve essential or
substantial effort in mechanical 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 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 mechanical 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 include detail 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 CCAS with minimal number located at other KSC support centers
including the VAFB. The selected A&E firm will provide services for
twelve (12) months and at the government s discretion, for four
additional one year options. All tasks will require multi-disciplined
engineering skills for performance of the required work. 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: Mechanical, Structural, Civil with
environmental engineers, and Electrical Engineers. Experience in design
fire protection systems, all types and sizes of HVAC systems, HTHW
boilers, piping, fluid systems, chilled water, compressed gas systems,
clean rooms, elevators, hoists and cranes, specialized mechanical
equipment and controls (including direct digital control (DDC)), and
facilities to house mechanical equipment is required. The A&E shall
also have demonstrated experience in mechanical system testing,
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 10 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 qualification necessary for
satisfactory performance of required services. (Selection Weight, 15
percent) 4. Capacity to accomplish the work in the required time.
(Selection Weight, 10 percent) 5. Location of the essential staff for
this project (or a commitment to locate) in the general geographical
area of the project and knowledge of the locality of the project,
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 a part of your submittal,
provide in order of the above factors, a specific response to each
factor. Specify A&E Fees, if any, received by prime contract with NASA.
A&E s responding to this notice should submit, along with the Standard
Forms 254 and 255, 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 close of business April
2, 1999. Offerors are cautioned that submittals received after the
specified closing date may be considered late -- -see Note 24 -- -all
references in numbered Note 24 to the Department of Defense shall be
changed to read National Aeronautics and Space Administration.
Technical questions should be directed to Mr. Charlie Gambaro, (407)
867-3688, for the Mechanical discipline or Mr. Frank Der, (407)
867-3476, for the Civil/Environmental discipline. Submittals should be
made in writing to NASA, John F. Kennedy Space Center, Mail Code:
OF-CIAO, Bldg. N6-1009, Kennedy Space Center, FL 32899. Please
reference R-133 when responding. See Numbered Note(s) 1 and 24. WEB:
Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#R-133. E-MAIL: Mitch Colvin,
Mitch.Colvin-1@ksc.nasa.gov. Posted 03/03/99 (D-SN304168). Loren Data Corp. http://www.ld.com (SYN# 0509 19990305\SP-0021.MSC)
SP - Special Notices Index Page
|
|