Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOURCES SOUGHT

C -- SOURCES SOUGHT FOR ARCHITECT AND ENGINEERING CAPABILITIES

Notice Date
3/31/2011
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ11ZBJ003L
 
Response Due
4/12/2011
 
Archive Date
3/31/2012
 
Point of Contact
Darrell T. Johnson, Contract Specialist, Phone 281-244-0056, Fax 281-483-9741, Email darrell.t.johnson@nasa.gov
 
E-Mail Address
Darrell T. Johnson
(darrell.t.johnson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA's Lyndon B. Johnson Space Center is hereby soliciting information aboutpotential sources for Architect-Engineer (A-E) Services. THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NOCONTRACT WILL BE AWARDED AS A RESULT OF THIS SYNOPSIS.NO SOLICITATION EXISTS;THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released itwill be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). Itis the potential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis. Telephone calls will not be considered. No reimbursement willbe made for any costs associated with providing information in response to this synopsis.INTRODUCTION This Sources Sought synopsis is a market research tool only and will be used to determinepotential firms that are both capable and qualified to provide A-E services prior todetermining the method of acquisition.Therefore, all interested parties are encouragedto respond. The North American Industry Classification System (NAICS) Code is 541310,Architectural Services, which has a Small Business Size Standard of $4.5 million. The A-E services provided will be in support of NASA/JSC Center Operations Directorate(COD) located at JSC Houston, Texas. NASA JSC COD facilities includes the following: JSCHouston, Texas; Sonny Carter Training Facility (SCTF) Houston, TX; Ellington Field,Houston, TX; and White Sands Training Facility (WSTF) Las Cruces, New Mexico. Projectwork includes institutional facilities, offices, electronics and chemistry laboratories,clean-rooms, test and integration sites, launch support facilities, infrastructureupgrades, underground utilities, and information technology/computer work areas at theafore-mentioned locations. Firms having the capabilities necessary to meet or exceed thestated requirements are invited to submit capability packages, appropriate documentation,and references.JSC intends to award one or more Indefinite-Delivery/Indefinite-Quantity (IDIQ) contractsin accordance with Brooks Act as implemented in the Federal Acquisition Regulation (FAR)Subpart 36.6, for multi-discipline A-E services related to any NASA COD programrequirement. Each awarded contract will have a five year ordering period with a minimumvalue of $1,000 which represents the minimum value of work the Government is required toorder and the contractor shall deliver under the IDIQ contract. The maximum quantity theGovernment may order and the contractor may deliver for A-E Services will be $49,000,000. In the event multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts areawarded, task orders will be competed amongst the successful offerors, see FAR 16.505(b).SCOPE OF WORK The professional services required include architectural, electrical, mechanical,environmental, civil, structural, and fire protection disciplines. The services requiredwill include feasibility studies, conceptual designs, preliminary engineering reports,budget estimates, and designs for alterations, new construction, repair, andrefurbishment projects, as well as Owners Representative (OR) roles from projectinception to issuance of the Certificate of Occupancy (on design-build constructionprojects). In addition to multi-discipline experience, particular focus of specializedexperience in (1) Leadership in Energy and Environmental Design (LEED) capabilities andexperience to meet NASA requirements for sustainable building design as mandated by NASAPolicy Directive (NPD) 8820.3; (2) Building Information Modeling (BIM) capabilities andexperience in developing design packages utilizing BIM software is required; and (3) ORroles performed on design-build projects is required. The A-E must be capable of performing design analysis, planning, development, CADD,professional services, pre-design site-assessment, feasibility and concept studies,design, geotechnical investigations and reports, environmental investigations, studies,and reports, abatement and sampling, construction documentation, cost estimates, valueengineering, life cycle costing, post design-shop drawing review, construction phaseservices, and construction administration. Additional services include but are notlimited to: seismic design, topographic and boundary surveys to include mapping andanalysis (including data collection and verification), historical and cultural resourceinvestigations, design review, seismic analysis, design construction cost reconciliation,environmental testing, statement of work review, site surveys and evaluations,remediation design, and Environmental Protection Agency (EPA) compliance for hazardousmaterials such as petroleum products, automotive chemicals, asbestos, lead and radon. Thecontractor is also required to have expertise and knowledge of the design ofAnti-Terrorism/Force Protection (AT/FP) requirements, security and communicationssystems, fire protection and life safety systems, and other technical services as may berequired.All work must be performed by or under the direct supervision of licensed professionalArchitects and Engineers in the state the work is to be performed. SPECIFIC INFORMATION SOLICITED It is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office aCapabilities Statement package demonstrating ability to perform the services listedabove. The submission shall be prepared in either PDF or Microsoft Office. NASA/JSC maynot accept an offerors submission that does not comply with the submission instructions.NASA/JSC will review all offerors submissions that comply with submission instructionsusing the following criteria: breadth, depth,and relevancy of experience as it relates tothe work described above. The capability statement package (excluding the cover letter) shall be no more than 7pages in length, single spaced, and have minimum 12 point font (PAGES IN EXCESS OF THESTATED REQUIREMENT WILL NOT BE REVIEWED). The cover letter shall include the following information: 1. Company Name 2. DUNS Number and Address3. Company Business Size and Business Size Status (i.e. large, small, smalldisadvantaged, women-owned small, HUBZone small, 8(a), etc.) 4. Point-of-Contact name, phone number; and email address. The capability statement package shall address, as a minimum, the following: 1. Demonstrated comprehensive, multi-disciplined A-E experience.2. Demonstrated experience in producing sustainable, energy efficient, environmentallyfriendly designs that enable new construction or major renovation projects to becertified under the guidelines of the LEED U.S. Green Building Rating System.3. Demonstrated experience in developing design documents utilizing BIM software. Provide the name and version of the BIM software utilized to develop the BIM designmodel.Describe your firms approach for clash detection and how it is successful indiscovering and resolving issues early on. Describe how your firm is involved inmaintaining the record BIM model throughout the construction process. 4. Demonstrated experience performing Owners Representative functions on design-buildprojects ranging from the pre-solicitation activities through attaining OwnersCertificate of Occupancy.5. Resources available such as corporate management and currently employed personnel tobe assigned to tasks under this effort to include professional qualifications andspecified relevant work experience of such personnel. Note: Experience should be limited to the past five years.RESPONSE INSTRUCTIONS The requested Capabilities Statement package is for information and planning purposesonly. NASA does not intend to post information received to any website or public accesslocation. NASA does not plan to respond to companies providing capability statementpackages. The capability statement package and its cover letter must be submittedelectronically: To: darrell.t.johnson@nasa.gov Subj: A-E Capability Statement Package Responses must be received by 3:30 PM (CST) April 12, 2011. Facsimile and hardcopysubmissions will not be considered. Telephone calls will not be considered. DISCLAIMER This information is for planning purposes only. It does not constitute a Request forProposal, Invitation for Bid, or Request for Quotation, and it is not to be construed asa commitment by the Government to enter into a contract. Moreover, the Government willnot pay for the information submitted in response to this Notice, nor will the Governmentreimburse an offeror for costs incurred to prepare responses to this Notice. The Government reserves the right to consider a small, small disadvantaged business,woman-owned business, 8(a), veteran-owned business, service-disabled veteran-owned smallbusiness, HUBZone, or small business administration set-aside arrangement as deemedappropriate for this procurement. Failure to respond to this Sources Sought Notice does not exclude any interested partyfrom future consideration for proposals which may be announced or solicited by NASA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11ZBJ003L/listing.html)
 
Record
SN02413783-W 20110402/110331234325-2a1315c4841144fce037d23cd22d0f25 (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.