COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2, 2001 PSA #2948
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES -- SPECIALIZED IN UCS AND HVAC
- Notice Date
- September 28, 2001
- Contracting Office
- NASA/Goddard Space Flight Center, Code 212, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- RFO5-01386-106
- Response Due
- October 29, 2001
- Point of Contact
- Maria McNamee, Contract Specialist, Phone (301) 286-9896, Fax (301) 286-0247, Email Maria.L.McNamee.1@gsfc.nasa.gov -- Cynthia Tart, Contracting Officer, Phone (301)286-7663, Fax (301)286-0247, Email Cynthia.L.Tart.1@gsfc.nasa.gov
- E-Mail Address
- Maria McNamee (Maria.L.McNamee.1@gsfc.nasa.gov)
- Description
- NASA/Goddard Space Flight Center (GSFC) requires Architect-Engineer Services. GSFC has a requirement for engineering services from an architect-engineer firm with a strong background in building automation systems (BAS), mechanical engineering, and controls engineering. GSFC is located in Greenbelt, MD, and was established in 1959. The site is approximately 1,100 acres with 33 major buildings, including two central power plants, plus numerous smaller outlying buildings. GSFC has a campus environment that provides more than 3,000,000 sq ft of research, development, and office space. GSFC is unique in that these facilities provide for the construction and development of spacecraft software, scientific instruments as well as the spacecraft themselves. Goddard also has data facilities that gather the information from the spacecraft once they are launched. In 1993, GSFC awarded an Indefinite Delivery Indefinite Quantity (IDIQ) contract for installation of the Building Automation System, Metasys. (Goddard refers to Metasys as its Utility Control System (UCS).) To date, all the major buildings on site have been converted from pneumatic controls to Metasys. The main network, N1, is an ArcNET LAN with 12 Operator Workstations (OWS) and 46 Network Control Modules (NCM). At last count, there were approximately 1,730 application specific controllers (ASC) and 17,000 points (hardware and software). These numbers fluctuate due to continuous modification and rehabilitation of Goddard's facilities. Goddard is preparing to implement its Master Plan, which involves adding several new major buildings to the site. Additionally, the BAS contract ends February 2003 and the N1 is approaching the recommended limits for the network. As a result, the main focus of this contract will be to provide consulting services for the GSFC UCS. These services will include, but are not limited to, evaluating the network configuration to be able to handle growth, current network technology and industry trends, openness of the system to allow more competition; develop UCS contracting options; evaluate resources required to be able to use the system more effectively; determine how to realize more payback from the initial investment; provide follow-up services to recommendations, etc. Another focus of this contract will be to assist GSFC in its Heating Ventilation and Air Conditioning (HVAC) Master Planning activities. Most of the HVAC equipment is original to the Center or has been replaced in kind. Many changes in the use of the facilities through the past 30 years have left many of the approximately 800 air conditioning systems (ACS) in piecemealed condition. The contractor services would include, but not limited to, condition assessment of existing mechanical systems and equipment, HVAC master planning activities, follow-up design efforts, commissioning efforts, follow-on services, etc. As part of this contract, the government may award additional tasks for Energy Efficiency Studies, which may include, but is not limited to, the following: UCS load-shedding programs; HVAC systems; Central Power Plant entities, such as chillers, boilers; alternate energy sources; Wallops Flight Facility (WFF), located in Wallops Island, Virginia, became part of GSFC in 1982. WFF is approximately 6,200 acres of land with 84 major buildings including aircraft hangers. WFF's Metasys contains approximately 7,000 points within 55 buildings. The contractor may be performing similar types of UCS, HVAC and Energy Efficiency study services at WFF as performed at GSFC. Selection Criteria GSFC shall evaluate each potential A&E contractor in terms of its- 1. Professional qualifications necessary for satisfactory performance of required services. 2. Specialized experience and technical competence in the type of work indicated above. 3. Capacity to accomplish the work in the required time. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Knowledge of the locality of the project, to include knowledge of utility providers, and local and state regulatory agencies. 6. Relevant experience and projects for the type of work indicated above in relation to large multi-building UCS systems, a variety of UCS manufacturers, master planning type activities, commissioning, condition assessment and HVAC rehabilitation designs. The evaluation of experience, technical competence, and past performance shall be limited to the immediately preceding ten years. The contract requires that the selected firm have on-line access to e-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration (CCR). The internet site for the CCR is http://www.ccr2000.com Depending on the number and dollar value of approved projects, and the types of disciplines required, more than one A&E firm may be selected. The resulting contract(s) will be Performance Based, Firm Fixed Price, Indefinite Delivery Indefinite Quantity with a minimum value of $50,000 each and maximum value of $5 million combined. The duration of the contract(s) will be for five (5) years from the date of an initial contract award. No other general notification to firms for other similar projects performed under this contract will be made. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit the following completed standard forms: Standard Form 254 (SF 254), "Architect-Engineer and Related Services Questionnaire" and Standard Form 255 (SF 255), "Architect-Engineer and Related Services Questionnaire for Specific Project." Firms responding to this announcement are requested to submit four (4) copies of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. The designated receiving office for qualifying statements is the Bid Room located on the premises of the Goddard Space Flight Center, Greenbelt, Maryland, in Building 17, Room S-142. The Bid Room hours are 8:00 AM to 4:30 PM, Monday through Friday, except Government Holidays. Statements are due no later than 2:00 p.m., EST, on October 29, 2001. Facsimile and e-mail responses will not be accepted. The statements should be delivered to: "NASA Goddard Space Flight Center Greenbelt, Maryland 20771 Attention: Bid Room, Code 213 Building 17, Room S142 RFO5-(offeror -- add the remaining numbers of solicitation) Qualifying Statement -- DELIVER UNOPENED" Please note hand delivered statements may require additional time to go through the Security Office. Also, proposals delivered by a commercial delivery service, such as United Parcel Service, Federal Express, Purolator, etc., may require additional time for inspection of the carrier's deliveries at Building 16W. If the statement is to be delivered by a commercial delivery service, place the following on the outside of the carrier's envelope or package cover: (offeror must complete fill-in's appropriately) Same information as above and -- "COMMERCIAL DELIVERY PERSONNEL: THIS PROPOSAL MUST BE HANDCARRIED DIRECTLY TO THE BID ROOM, BUILDING 17, ROOM S142 AND RECEIVED NO LATER THAN 2:00 PM, EST, 10/29/2001. THE BID ROOM IS OPEN FROM 8:00 AM TO 4:30 PM, MONDAY THROUGH FRIDAY, EXCEPT GOVERNMENT HOLIDAYS." The proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard is NAICS Code 541330 and $4 million. This is not a request for proposals. All inquiries concerning this project should be in writing (facsimile and e-mail acceptable). Inquiries should mention location, solicitation number, and should be directed to: NASA's Goddard Space Flight Center Attn: Maria McNamee Mail Code 212 Greenbelt, Maryland 20771 Fax 301-286-0247 E-mail address: Maria.L.McNamee.1@gsfc.nasa.gov The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFP and model contract will be those in effect through FAC 01-02. An ombudsman has been appointed -- See NASA Specific Note "B". The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=51 It is the offeror's responsibility to monitor the Internet site for the release of amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#98908)
- Record
- Loren Data Corp. 20011002/CSOL005.HTM (D-271 SN50Z1H0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on September 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|