Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
NASA Business Management Division, Acquisition Management Office, Code BA30, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS07AB47B
 
Response Due
7/16/2007
 
Archive Date
6/14/2008
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer Services at Stennis Space Center NASA Stennis Space Center (NASA/SSC) intends to issue a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract to an Architect?Engineer (A/E) Firm that will be selected to perform multidiscipline tasks under task ordering procedures. The minimum dollar amount the Government will be required to order will be $25,000.00 with an anticipated maximum amount of $2,000,000.00. The duration of the contract will be for one (1) base year plus four (4) option years from the date of the original contract award. The options may be exercised in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under subject contract. A. REQUIREMENTS A.1 The services required will include feasibility studies, conceptual designs, preliminary engineering reports, development of environmental assessment and route location documents in compliance with the Federal Highway Administration Requirements, Right-of-Way acquisition surveys and documents, and designs for alterations, new construction and repair projects, and preparation of construction drawings and specifications. The types of projects at SSC vary considerably from new buildings to major renovations of varying sizes. Due to the nature of the anticipated work, a multidiscipline firm is needed with the following capabilities: 1. Architectural Space planning and office layout Conceptual building renderings Roofing replacement New building design Existing building modifications and additions 2. Civil Engineering Geotech Roadway Environmental Water supply/distribution systems Wastewater collection and conveyance systems Storm drainage systems 3. Electrical Engineering Low voltage High voltage Fire alarm and detection systems Fiber optics 4. Mechanical Engineering Ambient piping Cryogenic and high pressure piping and systems HVAC EMCS Plumbing Fire Protection 5. Structural Engineering Facility modifications New buildings 6. Design/Constructability Reviews 7. Cost Estimating 8. CADD Support AutoCAD Pro-E 3-D Modeling A.2 The place of performance is Stennis Space Center, MS. A.3 This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) additional information requested by this synopsis. A.4 NASA Policy Directive 8820.2C requires incorporation of sustainable design principles to the maximum extent possible to reduce life-cycle costs, implement pollution prevention principles, and minimize facility impacts on natural resources while maximizing occupant health, safety and productivity. All projects may not require the application of this directive; however, where it is appropriate, these design requirements will be met through application of the Leadership in Energy and Environmental Design (LEED) approach. A.5 Offeror?s responses to SF 330 Section H ?Additional Information? shall include at least three references that are familiar with the offeror?s skill level and professional development in LEED design and documentation. A.6 Additionally in Section H, offerors shall provide a brief narrative for their cost estimating approach and should include any unique factors in the estimating approach for performing work in the MS Gulf Coast area, specifically SSC. A.7 Firms that have capability in environmental disciplines shall submit information in Section H ?Additional Information? on their compliance record (civil and criminal) for the past five years regarding any Notices of Violations, Consent Orders, and/or Administrative Penalty Assessments (fines) issued or currently pending to the offeror or subcontractor from the federal EPA, the Mississippi Department of Environmental Quality (MDEQ), Mississippi Department of Health (MDH) Asbestos Programs Branch, or from any other environmental regulatory body in Arkansas, Louisiana, Alabama and Florida. Provide date, location, brief discussion of the circumstances of each non-compliance, and date of final disposition of the matter or current status. A.8 Firms that do not have LEED projects certified or LEED projects submitted for certification shall submit a development plan as Appendix A ?LEED Development Plan? with the submission of SF 330. The purpose of the plan is to explain how the offeror will ensure its staff can meet the LEED project design milestones and mitigate risks associated with limited experience in LEED concepts. The plan must be detailed and demonstrate specifically what steps the offeror will take to develop its LEED capability. It must include a time table of steps the offeror will take and how progress will be measured to develop its knowledge and skills. The plan shall be incorporated into the contract if selected for award. On projects requiring LEED concepts, the offeror shall be required to demonstrate increased knowledge and skills for LEED design as per the approved Development Plan. B. EVALUATION Firms responding to this announcement before the closing date will be considered for selection based on the following selection criteria as stated in FAR 36.602-1 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The Government may visit the three highest ranked firms home office for oral presentations. The criteria for evaluation, and point values assigned to each criterion is as follows: (100 point total) 1). Professional qualifications necessary for satisfactory performance of required services; (25 points) 2). Specialized experience and technical competence in the type of work required, including, where appropriate, energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (10 points) 3). Capacity to accomplish the work in the required time; (5 points) 4). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (10 points) 5). Location in the general geographical area (Louisiana, Mississippi and Alabama) 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; and (20 points) 6.) Other evaluation criteria established for this procurement are: (30 points total) a.) Experience with design considerations unique to the gulf coast such as high humidity, wind, soil type, subsidence and flood potential; (5 sub-points) b.) Experience with designs incorporating Mississippi Department of Transportation (MDOT) special provisions and requirements; (5 sub-points) c.) Previous LEED design projects or LEED development plan as required in Section H ?Additional Information?; (10 sub-points) d.) An effective approach to cost estimating; (5 sub-points) e.) An environmental compliance record; (5 sub-points) C. PROPOSAL DELIVERY INSTRUCTIONS C.1 Offeror?s responses shall be submitted on SF 330 in spiral binding or 3-ring binders. Click Here to go to the GSA website to download standard form 330. Responses shall be clear, concise, and shall include sufficient detail for effective evaluation and substantiation of all information. Elaborate brochures or documentation, detailed artwork, or other superfluous embellishments are unnecessary and are not desired. Tabs shall be marked to identify each part and subpart in correct order as laid out by the SF 330: ? Part I o Subpart A through I ? Part II ? Appendix A ?LEED Development Plan? (if applicable) Any supplemental information shall be marked with tabs as appendices. C.2 Two copies of your responses must be received by 16 July, 2007. John C. Stennis Space Center Attn: Mr. Gerald Norris Building 1100, Mail Code BA34 Stennis Space Center, MS 39529-6000 D. OTHER INFORMATION D.1 Following initial evaluation of the qualifications and performance data submitted, up to three firms considered to be the most highly qualified to provide the type of services required will be chosen for oral presentation. After oral presentations the highest ranked firm will be sent a request for proposal. The proposal will be evaluated and negotiated for fair and reasonable price. If a fair and reasonable price cannot be negotiated, the Government may request a proposal from the next highest ranked offeror. Selection of firms for negotiation shall be made based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. D.2 This notice is intended to provide sufficient information for preparation of a SF 330. All firms that respond must submit their SF 330 based on information contained in this notice and should not contact SSC officials by letter or telephone to request additional information. If consultants or associates are to be used, their appropriate information should be included in SF 330 and accompanying letter of transmittal. D.3 See Note 24. Provisions of Note 24 apply to this notice except that (a) in the sentence beginning "Selection of firms for negotiations," the fourth additional consideration listed is changed to read: "(4) past experience, if any, of the firm with respect to performance on contracts with NASA, other Government agencies, and private industry;" and (b) in the last sentence, "National Aeronautics and Space Administration" is substituted for "Department of Defense."
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#125276)
 
Record
SN01319414-W 20070616/070614222008 (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  © 1994-2020, Loren Data Corp.