Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

C -- CIVIL ENVIRONMENTAL DESIGN AND ENGINEERING SERVICES AND MECHANICAL DESIGNAND ENGINEERING SERVICES AT THE KENNEDY SPACE CENTER FLORIDA

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
R2009-01andR2009-02
 
Response Due
10/31/2009
 
Archive Date
9/14/2010
 
Point of Contact
Sharon L. White, Contracting Officer, Phone 321-867-7230, Fax 321-867-1166, Email Sharon.White-1@ksc.nasa.gov - Sherry L. Gasaway, Contracting Officer, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov
 
E-Mail Address
Sharon L. White
(Sharon.White-1@ksc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for Design, Engineering, and otherProfessional Services Required to Rehabilitate, Modernize, or Provide New Civil/Environmental Facilities and Systems at Kennedy Space Center (KSC), Florida; CapeCanaveral Air Force Station (CCAFS), Florida; Vandenberg Air Force Base (VAFB),California; and/or overseas emergency Shuttle Landing Sites.And,Design, Engineering, and other Professional Services Required to Rehabilitate, Modernize,or Provide New Mechanical Systems in Facilities at Kennedy Space Center (KSC), Florida;Cape Canaveral Air Force Station (CCAFS), Florida; Vandenberg Air Force Base (VAFB),California; and/or overseas emergency Shuttle Landing Sites.This synopsis specifies the Government's requirement. It is a combined synopsis andsolicitation. There is no separate solicitation package.NASAs Kennedy Space Center (KSC) intends to award two single-award Indefinite-DeliveryIndefinite-Quantity (IDIQ) contracts; one for on-call Civil Environmental Design andEngineering Services and one for on-call Mechanical Design and Engineering Services. Each awarded contract will have a five year ordering period. Work will be accomplishedas individual task orders under the IDIQ contracts.Each IDIQ contract will have a minimum value of $10,000 which represents the minimumvalue of work the Government is required to order and the contractor shall deliver underthe IDIQ contract. The maximum quantity the Government may order and the contractor maydeliver for the Civil Environmental Engineering Services will be $25,000,000. Themaximum quantity the Government may order and the contractor may deliver for theMechanical Engineering and Design Services will be $6,000,000.The individual taskorders will be awarded beginning with the dates of the execution of the IDIQ contracts. Task orders issued against the IDIQ contracts prior to their expiration may extend for upto one year as determined by the Contracting Officer beyond the ordering period of theIDIQ contracts.This solicitation is NOT a small business set-aside; it will be conducted under full andopen competition procedures allowing maximum participation from large and smallbusinesses. This procurement is part of the Small Business Competitiveness DemonstrationProgram. The NAICS Code and small business size standard for this procurement is 541330and $4.5 million respectively.In accordance to FAR Clause 52.219-9, Small BusinessSubcontracting Plan, large businesses will be required to provide subcontracting plansprior to receipt of task orders expecting to exceed $550,000 and having subcontractingopportunities.Professional services ordered require multi-disciplined engineering skills for providingstudies, surveys, and reports; developing complete design packages; and at the discretionof KSC, performing other professional and incidental services, such as project andconstruction management support in all phases of work throughout the design andconstruction. This may include review of shop drawings, progress schedules, pay requestsand cost proposals, resolution of design or construction issues, and providingconstruction administration and inspection services. CIVIL/ ENVIRONMENTAL For informational purposes the magnitude of the work involved isestimated to be $1,000,000 to $5 000,000 per year. The selected A&E firm will be awardedan IDIQ contract, against which fixed price task orders will be issued. This contractwill include tasks which involve essential or substantial effort in civil/environmentalsystems, equipment, and facilities. The professional services required for this projectwill include, but will not be limited to, conducting field investigations, surveys,testing and analysis of existing or planned civil/environmental work and support systems,preparing engineering reports of recommended actions, and/or preparing final designssuitable for competitive bidding. Requirements will be associated with the restoration,rehabilitation, or modifications of existing facilities and systems or construction ofnew facilities and systems. The selected A&E firm must have the capacity to provide allthe personnel to perform all the work identified. All design packages prepared by the A&Efirm shall include detailed cost estimates. Approved designs will be utilized for theadvertising and award of fixed price construction contracts. Project sites will beprimarily located at KSC and CCAFS with a minimal number located at other KSC supportcenters including VAFB. All tasks will require multi-disciplined engineering skills forperformance of the required work. The selected A&E firm's project staff must include, asa minimum, registered professional engineers and specialists who must have demonstratedexperience in the following specific disciplines: Civil with environmental engineeringexperience, Structural, Architect, Electrical, and Mechanical engineering. This staffshall have a combined specialized experience in the design of sewage treatmentfacilities, road repair and development, parking facilities, new and reconfiguredstructures and facilities, building envelope, interior finishes, site developmentincluding storm water management and utilities, and facility equipment designed toprocess and condition hazardous and industrial waste products. Additional demonstratedexperience shall be in HVAC/plumbing, industrial and institutional type electricalsystems, grounding, lighting, lightning protection, fire alarm and detection systems, andconstruction management. The A&E shall have demonstrated experience in producingsustainable, energy efficient, environmentally friendly designs that enable newconstruction or major renovation projects to be certified under the guidelines of theLeadership in Energy and Environmental Design (LEED) Green Building Rating System. TheA&E shall have demonstrated experience in design of deconstruction of facilities, andhaving demonstrated knowledge of Floridas Department of Environmental Protection (DEP)related rules and regulations. The A&E shall have demonstrated experience working withother Government agencies such as the St. Johns River Water Management District or theU.S. Army Corps of Engineers. The A&E shall also have demonstrated experience in systemtesting, analysis and preparation of operating and maintenance documentation, includingspares provisioning, as well as failure and hazard analyses. For state-regulated permits,the A&E shall have staff with Professional Engineering license in the State of Florida. MECHANICAL For informational purposes the magnitude of the work involved is estimated tobe $1,000,000 per year. The selected A&E firm will be awarded an IDIQ contract, againstwhich fixed price task orders will be issued. This contract will involve essential andsubstantial effort in mechanical systems, equipment and facilities. The professionalservices required for this project may include, but will not necessarily be limited to,conducting field investigations, surveys, testing and analysis of existing or plannedmechanical and support systems, and preparing engineering reports of recommended actionsand/or final designs, suitable for competitive bidding. Requirements will be associatedwith the restoration, rehabilitation, or modifications of existing facilities and systemsor construction of new facilities and systems.The A&E firm must have the capacity toprovide all the personnel to perform all the work identified. All design packagesprepared by the A&E firm shall include detailed cost estimates. Approved designs will beutilized for the advertising and award of fixed price construction contracts. Projectsites will be primarily located at KSC and CCAFS with a minimal number located at otherKSC support centers including VAFB. All tasks will require multi-disciplined engineeringskills for performance of the required work. The selected A&E firm's project staff mustinclude, as a minimum, registered professional engineers and specialists who must havedemonstrated experience in the following specific disciplines: Mechanical, Structural,and Civil with environmental experience, and Electrical engineering. Experience indesign of fire protection systems, all types and sizes of HVAC systems, high temperaturehot water boilers, piping, fluid systems, chilled water, compressed gas systems, cleanrooms, elevators, hoists and cranes, specialized mechanical equipment and controls(including programmable logic controllers (PLC) and direct digital control (DDC)), andfacilities to house mechanical equipment, is required. Additional demonstrated experienceshall be in site development including storm water management, building envelope,interior finishes, industrial and institutional type electrical systems, grounding,lighting, lightning protection, fire alarm and detection systems. The A&E shall havedemonstrated experience in producing sustainable, energy efficient, environmentallyfriendly designs that enable new construction or major renovation projects to becertified under the guidelines of the Leadership in Energy and Environmental Design(LEED) Green Building Rating System. The A&E shall also have demonstrated experience inmechanical system testing, analysis and preparation of operating and maintenancedocumentation including spares provisioning, and development of commissioning plans andon-site commissioning services. For state-regulated permits, the A&E shall have staffwith Professional Engineering licenses in the State of Florida.This requirement is being acquired in accordance with FAR 36.602, Selection of Firms forArchitect-Engineering Contracts. The following evaluation factors, listed in descendingorder of importance, will be used in the evaluation of submittal packages received inresponse to this solicitation.NASA will consider the immediate past 5 years as theperiod of time for evaluation under factors (1) and (2). 1. Specialized experience and technical competence in the type of work required.Selection Weight: 40 percent 2. Past performance on contracts with Government agencies and private industry in termsof accuracy in cost estimating, cost control, quality of work, compliance withperformance schedules, and success in prescribing the use of recovered materials andachieving waste reduction and energy efficiency in facility design. Selection Weight: 25percent 3. Professional qualification necessary for satisfactory performance of requiredservices. Selection Weight: 15 percent 4. Capacity to accomplish multiple task orders with concurrent performance schedules inthe required time. Selection Weight: 15 percent 5. Location of the essential staff for this project (or a commitment to locate) in thegeneral geographical area of the project and knowledge of the locality of the project,provided that application of this criterion leaves an appropriate number of qualifiedfirms, given the nature and size of the project. Selection Weight: 5 percent Firms desiring to be considered for award of an IDIQ contract under this solicitationshall submit a completed Standard Form (SF) 330, Architect-Engineering Qualifications,Parts I and II and specific information addressing each of the five evaluation factorsdescribed in this solicitation. The proposed design team qualifications as they relate tothe specialized experience and technical competence required for this project should bestated.Each A&E firm providing a submittal must clearly indicate which acquisition for whichthey would like to be considered either Mechanical or Civil/ Environmental. If a firmwould like to be considered for more than one of these acquisitions, they must submitseparate and complete response packages for each. Each separate package shall betailored to the specific acquisition and be consistent with the requirements of thissynopsis, and shall not exceed 30 pages. Submittals not tailored to either Mechanical orCivil/ Environmental will not be considered for award.The proposal submittal, including the SF 330 Parts I and II shall not exceed thirty pagesand shall include any information the firm feels may be of benefit to it in theevaluation and selection process. A page is defined as one side of an 8-1/2 inch x 11inch sheet of paper, with at least one inch margins on all sides (fold out sheets will becounted as multiple pages in accordance with their size). Font size shall be not smallerthan 12 characters per inch. Offerors may submit on single or double sided sheets, butshall not exceed the page limitation. Cover pages and tab pages will not count towardsthe page count. Offerors may include 11 X 14 inch paper for the exclusive presentation oftables or figures. Each 11 X 14 inch page will be considered 2 pages when printed on oneside and considered 4 pages when printed on both sides, Offers exceeding the maximum pagelimitations will be removed prior to evaluation and information contained in the removedpages will not be evaluated.All questions must be submitted in writing. Telephone questions will NOT be accepted. Questions should be directed to Sharon White, Contracting Officer, at Sharon.L.White@nasa.gov or at NASA, Attn: Sharon White, Mail Code: OP-CS, Kennedy SpaceCenter, FL 32899, or by facsimile at 321-867-1166. Questions should be submitted on orbefore September 29, 2009. Questions received after that date will be considered, butmay not be answered. One original and four copies of the proposal submittals shall be delivered to the KSCCentral Industry Office (CIAO), Building N6-1009 at 7110N. Courtenay Parkway, Merritt Island, FL 32953 on or before close of business October 29, 2009. Submittalsreceived after the specified closing date will be considered late and will not beevaluated. The CIAO building is located on State Road 3, approximately 2 miles south ofGate 2 to KSC.Access to KSC is not required.Offerors are responsible for assuringhand carried proposals are either received by NASA Government employees at the CAIO ordropped in the CAIO mail box located outside the building. The outer wrapping of theproposal package shall be clearly marked: Attn: Sharon White, Contracting Officer. TheCivil Environmental Engineering Services proposal package shall be clearly markedR2009-01. The Mechanical Engineering Services proposal package shall be clearly markedR2009-02.All Contractors conducting business with the Government are required to register in theCentral Contractor Registration Database (CCR). In accordance with FAR Provision52.204-7, an offeror submitting an offer in response to this solicitation acknowledgesthe requirement that a prospective contractor shall be registered in the CCR databaseprior to award, during performance, and through final payment of any contract resultingfrom this solicitation. Prospective contractors shall complete electronic annual representations and http://orca.bpn.gov in conjunction with the required registration in the CCR database. Prospective contractors shall update the representations and certifications submitted toORCA as necessary, but at least annually, to ensure they are kept current, accurate, andcomplete. The representations and certifications are effective until one year from dateof submission or update to ORCA.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htmlThe NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmThe following two provisions apply to this acquisition:FAR Provision 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, thatare filed directly with an agency, and copies of any protests that are filed with theGovernment Accountability Office (GAO), shall be served on the Contracting Officer byobtaining written and dated acknowledgment of receipt from Sharon White, Mail Code:OP-CS, Kennedy Space Center, FL 32899. (b) The copy of any protest shall be received in the office designated above within oneday of filing a protest with the GAONASA FAR Supplement Provision 1852.233-2 Protests To NASA (Oct 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33)directly to the Contracting Officer. As an alternative to the Contracting Officer'sconsideration of a protest, a potential bidder or offeror may submit the protest to theAssistant Administrator for Procurement, who will serve as or designate the officialresponsible for conducting an independent review. Protests requesting an independentreview shall be addressed to Assistant Administrator for Procurement, NASA Code H,Washington, DC 20546-0001. The following Clause will be incorporated in the resultant contracts:52.222-54 EmploymentEligibility Verification (Jan 2009) See Note 24. Provisions of Note 24 apply to this notice except that (a) in the sentencebeginning Selection of firms for negotiations, the fourth additional considerationlisted is changed to read: (4) past experience, if any, of the firm with respect toperformance on contracts with NASA, other Government agencies, and private industry; and(b) in the last sentence, National Aeronautics and Space Administration is substitutedfor Department of Defense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/R2009-01andR2009-02/listing.html)
 
Record
SN01954256-W 20090916/090915001718-1896a0e0eccd0db33c47598f2f4ef420 (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.