Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SPECIAL NOTICE

C -- DESIGN AND OTHER PROFESSIONAL SERVICES REQUIRED TO CONSTRUCT AN ADVANCED TECHNOLOGY DEVELOPMENT CENTER (ATDC) AT THE KENNEDY SPACE CENTER, FL

Notice Date
4/14/2003
 
Notice Type
Special Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NASA-SNOTE-030414-003
 
Archive Date
4/14/2004
 
Description
This synopsis specifies the Government?s requirement. There is no separate solicitation package. Only one copy of the Architect and Engineer?s (A&E) response to this notice is required. For informational purposes the magnitude of the A&E?s work involved is estimated to be from $1,000,000 to $2,500,000. The professional services required for this project may include, but will not necessarily be limited to conducting field investigations, topographical surveys, soil testing and analysis of existing and planned work and support systems and to prepare engineering studies, reports of recommended action and/or design packages. The firm will be selected to develop complete design packages and to provide studies, surveys, reports, environmental permit applications, environmental certificates of compliance 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 design and construction. This may include review of shop drawings, resolution of problems, providing of inspection services in the post-design phase of the project and record construction drawings. The A&E shall have knowledge of different types of construction methods and be responsive to changes in direction. 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: Architectural, Civil (with environmental engineering experience), Structural, Mechanical, Electrical, and Communication Systems, and Project Management. This staff shall have a combined experience in the design of launch complex facilities and Ground Support Equipment (GSE). Facilities may include the following; high pressure GN2 and GHe infrastructure, large capacity cryogenic (LOX and LH2) storage capacity, launch mount components/systems, specialized launch-hardened facilities and structures, and instrumentation and control systems. The A&E shall have the computer capability to perform engineering calculations and computer aided drafting. The A&E shall have experience in different types of wall/ roof/ floor construction, furniture layout, HVAC, plumbing, building control systems, industrial and institutional type electrical systems, grounding, lighting, lightning protection, fire detection and suppression systems, computer networks, energy conservation and constructibility. The A&E shall have specialized experience in the design of cryogenic and high pressure GN2 and GHE infrastructure systems, and launch-related structures. The A/E may initially be required to complete a Preliminary Study and Preliminary Engineering Report (PER), followed by a multi-phase design effort to be completed at a later date. The study may entail interviewing customers, requirements definition, site investigations, integrating project requirements, and proposing different construction methods. Currently, four project phases are anticipated. Phase 1 will entail the construction of GN2 and GHe high pressure supply lines. Phase 2 will entail the construction of large cryogenic (LOX and LH2) storage capacity. Phase 3 will entail the required demolition and reconstruction of a launch mount area. Phase 4 will entail the construction of an approximate 2000 square foot integration facility for facilitating ATDC integration activities. Approved designs will be utilized for the advertising and award of fixed price construction contracts utilizing either competitive or best value bidding. All packages prepared by the A&E firm will include detail cost estimates and schedules. The selected A&E firm will provide design services and technical assistance during bidding. The A&E firm will be selected in accordance with the evaluation factors described below. A responding A&E firm must tailor their submittal to the specific requirements of this synopsis. The submittal may not exceed 30 pages. The 30 pages include both the 254?s and 255?s and any additional information the offeror feels may benefit their firm in the selection process. Only the first 30 pages of an offer that exceeds the page limitation will be evaluated. A page is defined as one side of an 8 1/2" x 11" sheet of paper (fold out page will be counted in accordance with its size). Offers may be submitted on single or double sided sheets, but shall not exceed the page limitation. Cover and tab pages are acceptable but information on these pages will not be considered. 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) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, responsiveness and success in sustainability prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (Selection Weight, 40 percent). (2) Specialized experience and technical competence in the type of work required (Selection Weight, 30 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, 5 percent). As a part of your submittal, provide in order of the above factors, a specific response to each factor. 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 May 14, 2003. 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 Joe Simpson, 321-867-3417. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Bldg. N6-1009, Kennedy Space Center, FL 32899. Please reference R-2003-03 when responding.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#105292)
 
Record
SN00303302-W 20030416/030414213734 (fbodaily.com)
 
Source
FedBizOpps.gov 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.