Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2008 FBO #2261
MODIFICATION

C -- ENGINEERING SERVICES AT GEORGE C MARSHALL SPACE FLIGHT CENTERS MICHOUD ASSEMPLY FACILITY NEW ORLEANS LOUISIANA

Notice Date
2/2/2008
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NASA-SNOTE-080104-002
 
Response Due
2/8/2008
 
Archive Date
2/2/2009
 
Point of Contact
Sandra S. Johnson, Contract Specialist, Phone 256-544-6698, Fax 256-544-9162, Email sandra.johnson@msfc.nasa.gov - Marty B. Hanson, Contracting Officer, Phone 256-544-0989, Fax 256-544-9162, Email Marty.B.Hanson@nasa.gov
 
E-Mail Address
Email your questions to Sandra S. Johnson
(sandra.johnson@msfc.nasa.gov)
 
Description
This is a modification (Modification 2) to synopsis AE2-08 entitled, Engineering Services at George C. Marshall Space Flight Center's Michoud Assembly Facility in New Orleans, Louisiana, which was posted on January 4, 2008. The purpose of this modification is to revise the description of the services to be provided under the proposed procurement, shorten the period of performance for the basic contract from one to two years, increase the number of one-year options from three to four, and add information regarding organizational conflicts of interest. Accordingly, the information included in the "DESCRIPTION" portion of the synopsis is hereby revised to read as follows: "DESCRIPTION The Architect/Engineering (A/E) services to be provided under this procurement consist of planning, A/E design, project management, construction support and total building commissioning for facility modifications, repairs, construction, and maintenance at the George C. Marshall Space Flight Center?s Michoud Assembly Facility (MAF) in New Orleans, Louisiana. The majority of the facilities at MAF are in direct support of MAF?s mission to manufacture complex space systems and include laboratories, flight vehicle manufacturing and test facilities and office buildings. MAF is undergoing a transition period wherein new NASA projects are initiating activities at MAF and other NASA projects are closing out activities at MAF. As such, the services below may be phased in based on service requirements and availability of contract funds. The selected firm will provide these services on-site at MAF. * The planning services include field investigations and the preparation of sketches, drawings, analysis, and narratives for facility requirements definition to support space utilization/real property, master planning, and Construction of Facilities (CoF) activities (Note: CoF projects are defined as projects having construction costs greater than $500K). * Space Utilization/real property support includes: (1) maintaining and updating the utilization floor plans; (2) providing office layout design support; and (3) personnel relocation planning. * Master Planning support includes: (1) conducting miscellaneous studies of facilities, land use roadways, and other infrastructure in support of planning of CoF efforts; (2) updating and maintaining master planning documents such as maps, plans, analysis, graphics, etc.; (3) updating and maintaining geographic information system data; (4) updating and maintaining the facilities data book; and (5) providing historical survey and documentation support. Planning support to the CoF program includes: (1) developing project programming data and cost estimates for the annual CoF budget process and out-year program plans; and (2) developing and maintaining strategic plans and integrating all planned and ongoing facility project activities. The Design Services include, but are not limited to, preparing architectural, civil, structural, environmental, electrical, mechanical, fire protection, building automation system, and multi-discipline project designs in support of local projects at MAF (Note: Local projects are defined as projects having construction costs less than $500K). Effort will also include development and checkout of programs for Programmable Logic Controllers (PLC) for manufacturing support systems and facilities and Distributed Control Systems (DCS) for utility controls. At the discretion of the Contracting Officer, design services may include project designs in support of the CoF program. Project designs include criteria development, construction drawings, calculations, specifications, and cost estimates. Cost estimating services will also be required in support of the CoF program. MAF has an energy management system that monitors and controls equipment and systems in the various buildings. Design services for the addition/modification of hardware due to addition or modification of HVAC or related equipment will be required. In addition to project designs, the selected firm will perform construction support, special studies and tasks, land surveys, geotechnical analysis, and as-built preparation (CoF and local projects). All facility projects will incorporate facility sustainability in planning, design, and construction. New construction will be Leadership in Energy and Environmental Design (LEED) certified. Construction Support includes: (1) providing construction management surveillance and inspection for all phases of construction; (2) providing test monitoring, construction inspection, and documentation to verify construction and maintenance projects are in accordance with the contract drawings and specifications; (3) conducting evaluations, reviews, and coordination of all required submittals for the project; *(4) the review and payment recommendation to the Government on contractor?s periodic pay requests; (5) providing technical support for disposition of all Requests for Information, Design Change Requests, and Change Items; *(6) chairing of weekly status meetings with the contractor, the subcontractors, and all pertinent personnel throughout construction; *(7) monitoring and reporting the status of the construction schedule; *(8) maintenance of all in-process construction project documentation and delivery to the Government upon project completion; *(9) coordinating the collection of appropriate documentation to obtain Leadership in Energy and Environmental Design (LEED tm) on all new construction; and *(10) the collection, delivery, and execution of all warranties, guaranties, and pertinent documentation to the Government. Total Building Commissioning includes providing a building commissioning agent throughout the design and construction to provide technical support of total building commissioning for new buildings. The commissioning agent will also be responsible for supporting the commissioning of existing buildings. * Denotes the selected offeror will have primary responsibility for the identified activities during an interim period of time. Long term primary responsibility for these activities is intended to reside with the Manufacturing Support and Facilities Operations Contract (MSFOC) prime contractor. Although primary responsibility will transition to the MSFOC, the selected offeror may be requested to provide support to these activities. Transition of these responsibilities from the selected offeror to the MSFOC prime contractor will be predicated upon further direction from NASA MSFC. The magnitude of MAF?s annual local program is anticipated to include 5 to 150 projects having construction costs between $2K and $50K and 2 to 20 projects having construction costs between $50K and $500K. MAF?s annual CoF program is anticipated to include between $10M to $40M of building, structure, and utility system repairs, alterations, modifications, and construction. The annual CoF program historically consists of between four and eight projects each having a construction cost greater than $500K. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this announcement. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330. 2. Submit proposals that include a management plan, including an organization breakdown showing the capacity to perform the work as listed above. Proposals that include a ?Partnering? approach with multiple branch offices, firms, consultants, etc. must show the division of labor between the partners. Proposals must address the ability to accommodate a contract funding profile that may vary depending on required contract services and available funds. 3. Demonstrate that the proposed contract Construction Managers/Inspectors (CMI?s) that will execute the construction phase services and value engineering are trained and experienced in construction management and inspection of industrial facilities. 4. Demonstrate that the proposed contract Commissioning Agent (CA) that will execute the total building commissioning services and is mechanical engineer and a Certified Energy Manager (Association of Energy Engineers) with experience in the design and commissioning of mechanical systems. The commissioning agent shall have experience using energy analysis software such as DOE-2, Trane Trace, Carrier E20-II, etc. 5. The proposals must show a capacity that includes a minimum of the following disciplines. This can include a combination of the corporate, and branch and/or partner offices within the United States: ? Minimum of 20 electrical engineers. ? Minimum of 20 mechanical engineers. ? Minimum of 10 architects. ? Minimum of 10 structural engineers. ? Minimum of 5 civil engineers. ? Minimum of 10 CMI?s. ? Minimum of 10 cost estimators ? Minimum of 10 project managers 6. Have registered professionals on-site that will stamp all work provided. 7. Have the proposing firm?s office located within 300 miles from the MAF Plant. 8. Have a minimum of 100 employees located at the proposing firm?s office. Factors scored (100 maximum points) in the selection process include: (1) Specialized experience and demonstrated capabilities in the restoration, modernization and renovation design for office, laboratory and test and manufacturing facilities (50 points); (2) Past Performance on A-E contracts at MAF, other government agencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (15 points); (4) Professional Qualifications (5 points); (5) Previous MAF Contracts (5 points) and (6) Geographical Location (5 points). In the submittal, the A-E shall clearly define the location of the proposing office as well as the capabilities and size of that particular office. Other company resources and experience should be shown separate from the lead office?s resources and experience. It is anticipated that a cost type contract with a one-year base and four one-year options will be awarded. The estimated start date of the contract is April, 2008. The Government has determined that certain organizational conflicts of interest need to be avoided during the performance of the A-E contract. As a result, the following restrictions apply: 1. The successful A-E contractor or any of its major subcontractors shall not be a user/tenant of MAF for any purpose other than for providing A-E services resulting from this synopsis. 2. The successful A-E contractor or any of its major subcontractors shall not have an extended corporate relationship with (a) a user/tenant of MAF or (b) the successful offeror of the Manufacturing Support and Facility Operations Contract (MSFOC). In other words, the successful A-E contractor (including any major subcontractor) shall not be (1) a parent of, (2) a subsidiary of, (3) a partner in a joint venture with, (4) an owner of, (5) owned by, or (6) otherwise inappropriately affiliated with a user/tenant of MAF or the MSFOC contractor at any time during the performance of the A-E contract. 3. The successful A-E contractor (including any major subcontractor) shall disclose all other existing or prospective contractual relationships with users/tenants of MAF for approval. The due date for responses of February 8, 2008 is not extended. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Potential offerors are responsible for monitoring this site for the release of any additional modifications.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#128307
 
Record
SN01499186-W 20080204/080202223519 (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.