Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2007 FBO #2166
SOURCES SOUGHT

C -- REQUEST FOR INFORMATION FOR DESIGN AND POST DESIGN INSPECTION SERVICES

Notice Date
10/30/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ08ZBJ0056L
 
Response Due
11/13/2007
 
Archive Date
10/30/2008
 
Point of Contact
Roger M. Roberts, Contract Specialist, Phone 281-483-2916, Fax 281-483-9741, Email roger.m.roberts@nasa.gov - David V McKay, Contracting Officer, Phone 281-483-6549, Fax 281-483-9741, Email david.v.mckay@nasa.gov
 
E-Mail Address
Email your questions to Roger M. Roberts
(roger.m.roberts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is only a request for information. NASA/JSC Center Operations Directorate (COD) is hereby soliciting information from certified 8(a), HUBZone small business, and Service Disabled Veteran Owned Small Business (SDVOSB) concerns within a five (5) state region consisting of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas for ARCHITECT AND ENGINEERING CAPABILITIES. The purpose is to determine the appropriate level of competition in accordance with FAR 19.10 Small Business Competitiveness Demonstration Program. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement as an 8(a), HUBZone, or SDVOSB set-aside. The following is only a general overview of the contract requirements: An Architect-Engineering firm will be selected to perform Design & Post Design Inspection Services tasks at Johnson Space Center (JSC), Ellington Field (EF), and Sonny Carter Training Facility (SCTF) under an Indefinite Delivery, Indefinite Quantity service-type contract. Design and Post Design Inspection Services are hereby defined as those engineering services required to provide sustaining engineering and contract oversight; inspection and field support to JSC?s Center Operations Directorate, prior to, during, and after contract completion for multi-discipline Construction of Facilities (CoF), Minor Construction Alteration and Repair (MCAR) and Small Business Administration Section 8(a) projects; as well as providing support to those base operation service contracts for minor construction, operation, and maintenance. Tasks also may include construction management services; budget and project construction estimating; and implementation of Leadership in Energy and Environmental Design (LEED) concepts. NASA Policy Directive (NPD) 8820.3 requires incorporation of sustainable design principles to the maximum extent possible to reduce life-cycle costs, implement pollution-prevention principles, and maximize facility impacts on natural resources while maximizing occupant health, safety, and productivity. LEED is the primary implementation methodology to facilitate this initiative at JSC. Additionally, some tasks may require investigation and engineering related to areas containing asbestos and other hazardous materials. The NAICS Code for the proposed acquisition is 541330 and the small business size standard is $4.5 Million. The duration of the contract is anticipated to be five years. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Certified 8(a), HUBZone, and SDVOSB Design & Post Design Inspection Services Contractors having the necessary capabilities to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. All material submitted shall not contain binding of any type or be submitted in hard or soft folders. Documentation must include the following information: - Name and address of firm - Size of business (Please indicate company status as either Certified 8(a), HUBZone or SDVOSB) - Ownership information, including any applicable affiliate information: parent company, joint venture partners, potential teaming partners - Average annual revenue for past 3 years - Number of employees - Number of years in business - List of customers covering the past 3 years. These references must highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, a point of contact with relevant address and phone numbers. As part of relevant work performed, contractors should demonstrate experience in Leadership in Energy and Environmental Design (LEED) concepts. Companies, when possible, should include examples of any involvement on projects that required energy efficient design in the general construction practice that would meet the U. S. Green Building Council LEED certification requirements and NASA Policy Directive (NPD) 8820.3. The lack of experience with LEED does not exclude companies from responding from this sources sought synopsis. NASA/JSC is interested in responses from those companies that are willing to invest and develop their expertise in LEED capability. RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation and references as requested. All responses shall be submitted to Roger M. Roberts no later than 2:00 p.m. Central Time on November 13, 2007. Responses may be e-mailed to the Contract Specialist at roger.m.roberts@nasa.gov. Responses may also be mailed to the Contract Specialist. Mailing address is: NASA Johnson Space Center, Attn: Roger M. Roberts, Mail Code BJ3, 2101 NASA Parkway, Houston, Texas 77058. Please reference NNJ08ZBJ0056L in any response. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. After completing the Government?s analysis a determination shall be made for full and open competition or to consider a 8(a), HUBZone small business, or SDVOSB aside based on responses hereto. All 8(a), HUBZone, or SDVOSB owned firms will need to be certified at the time of proposal submission if the procurement is set-aside. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#127576
 
Record
SN01443392-W 20071101/071030224048 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.