Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SPECIAL NOTICE

C -- ARCHITECTURAL AND ENGINEERING SERVICES AT STENNIS SPACE CENTER

Notice Date
8/26/2011
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS11062311R
 
Archive Date
8/26/2012
 
Point of Contact
Chuck J Heim, Contract Specialist, Phone 228-688-3199, Fax 228-688-1141, Email charles.j.heim@nasa.gov - Jason Edge, Contracting Officer, Phone 228-688-2346, Fax 228-688-1141, Email Jason.F.Edge@ssc.nasa.gov
 
E-Mail Address
Chuck J Heim
(charles.j.heim@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is synopsis/solicitation is prepared in accordance with FAR 5.207, Preparationand Transmittal of Synopses. This project is unrestricted therefore ALL RESPONSIBLESOURCES MAY SUMBIT AN OFFER. The NAICS Code used for this solicitation is 541330 with asize standard of $4.5M. NASA Stennis Space Center (NASA/SSC) intends to award multipleIndefinite-Delivery Indefinite-Quantity (IDIQ) contracts for this effort. The IDIQcontracts will have a minimum value of $500.00 which represents the minimum value of workthe Government is required to order and the contractor shall deliver under each IDIQcontract. The maximum amount of work which may be required from any one contractor underthis contract is $45,000,000.00. However, the total amount of all Task Orders under allcontracts awarded under solicitation shall not exceed $45,000,000.00 for the 5 yearperiod of performance.The awarded contracts will have a five year ordering period. The contracting officer has determined small business subcontracting possibilities existand has established an overall IDIQ small business subcontracting goal of 18%. Therecommended small business subcontracting goals are for the overall IDIQ contract(including all Task Orders) and are provided for informational purposes only and are notlegally binding. SMALL BUSINESS TYPE Subcontracting Goals are as follows: Small Business18%Small Disadvantaged Business (includes 8(a)9%Historically Underutilized Business Zone Concern2%Woman Owned Small Business2%Service Disabled Veteran Owned Small Business1%Work will be accomplished as individual Task Orders under the IDIQ contracts. Theindividual Task Orders will be awarded beginning with the date of execution of the IDIQcontract. NASA will provide all contract awardees fair opportunity to be considered foreach Task Order. The Contracting Officer will solicit Task Order offers by issuingwritten requests for offers for specific projects. Task Orders will be awarded consistentwith FAR 36.602. Individual Task Orders will be issued on a Firm Fixed Price basis. NASA Stennis Space Center (NASA/SSC) is seeking qualified firms to provideArchitect-Engineer services under an Indefinite Delivery Indefinite Quantity (IDIQ)contract. Each selected Architect Engineering firm will be required to prepare andsubmit a safety and health plan as well and have their employees who work on sitecomplete a site-specific safety orientation through the Gulf Coast Safety Council (GCSC). A.REQUIREMENTS A.1 NASA Stennis Space Center anticipates a variety of requirements forArchitect-Engineer services. Due to the nature of the anticipated work, multidisciplinefirms are needed with the following capabilities: 1. Architectural Space planning andoffice 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 conveyancesystems, and Storm drainage systems. 3. Electrical Engineering, Low voltage, Highvoltage, Fire alarm and detection systems, and Fiber optics. 4. Mechanical Engineering,Ambient piping, Cryogenic and high pressure piping and systems, analysis and design ofpipe supports and thrust take-out structures. HVAC, EMCS, Plumbing, and Fire Protection. 5. Structural Engineering, Facility modifications, and new buildings. 6. Design/Constructability Reviews. 7. Cost Estimating.8. CADD Support, AutoCAD, Pro-E, Building Information Modeling (BIM), and 3-D Modeling, preparation of constructiondrawings and specifications (editable in Specs-N-Tac).9. Feasibility Studies.Modification to existing facilities or requirements for new facilities. The majority ofthe early work to be required under the resultant contracts will be in test stands andcryogenic/high pressure piping. All designs and specifications shall comply withapplicable SSC, NASA, and industry standards. Selected A-E firms are expected to workclosely with Government personnel, project managers, and user groups. The selected firmsmust be capable of completing a background investigation through site security to obtainaccess to the Test Facilities.It is strongly desired that selected firms be locatedwithin 300 miles of the place of performance. The following experience categories(profile codes) as identified on the SF-330 Architect-Engineer Qualifications aredesired for this solicitation:A10, C15, C17, C18, C19, D04, E03, E09, H04, L02, P04,P07, R10, R11, R12, S05, S09, S11, T02, T04, T06, V01, W02, and W03. The followingdiscipline codes are desired for this solicitation: 08, 06, 12,16, 18, 21, 23, 27, 42,and 57. Services for the inspection and/or observation of construction operations mayalso be required; this includes but is not limited to construction inspection services,preconstruction conferences, commissioning services, and construction management. A.2 The place of performance is Stennis Space Center Mississippi. A.3 This acquisition is for architect-engineer (A-E) services, and is procured inaccordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FederalAcquisition Regulation. A-E firms meeting the requirements described in this announcementare 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 8820.2F requires incorporation of sustainable design principlesto the maximum extent possible to reduce life-cycle costs, implement pollution preventionprinciples, and minimize facility impacts on natural resources while maximizing occupanthealth, safety and productivity. All projects may not require the application of thisdirective; however, where it is appropriate, these design requirements will be metthrough application of the Leadership in Energy and Environmental Design (LEED) approach. A.5 Offerors responses on the SF-330, Section H Additional Information shall includeat least three references that are familiar with the offerors skill level andprofessional development in LEED design and documentation. Offerors proposal shall belimited to 50 pages including the SF 330.A.6 Additionally in Section H of the SF-330, offerors shall provide a brief narrative fortheir cost estimating approach and should include any unique factors in the estimatingapproach for performing work in the MS Gulf Coast area, specifically SSC. Address thephysical location of your office and including how the location impacts your ability toparticipate in formal design review meetings. The brief narrative should address how thephysical location will affect both cost and schedule. Offerors shall provide andexplanation of how they prepare a typical Architect-Engineer cost estimate/proposal andprovide a sample estimating worksheet showing how you typically submit your proposals. For example if the bases for estimate uses hourly rates for each discipline used, theworksheet should show the format on how the estimate calculates the number of hoursestimated for each discipline multiplied by the hourly rates, or if the basis forestimate is based on number of drawings estimated for the project, show the format on howthe drawing cost are to be estimated, and show any typical direct cost items that youcould expect to include in a proposal.A.7 Firms that have capability in environmental disciplines shall submit theirinformation under the Additional Information Section H of the SF 330 regarding theircompliance record (civil and criminal) for the past three years and any Notices ofViolations, Consent Orders, and/or Administrative Penalty Assessments (fines) issued orcurrently pending to the offeror or subcontractor from the federal EPA, the MississippiDepartment of Environmental Quality (MDEQ), Mississippi Department of Health (MDH)Asbestos Programs Branch, OSHA, or from any other environmental regulatory body. Providedate, location, brief discussion of the circumstances of each non-compliance, and date offinal disposition of the matter or current status. A.8 Firms that do not have LEED projects certified or LEED projects submitted forcertification shall submit a development plan as an attachment, titledLEED DevelopmentPlan, with the submission of Standard Form 330. The purpose of the plan is to explainhow the offeror will ensure its staff can meet the LEED project design milestones andmitigate risks associated with limited experience in LEED concepts. The plan must bedetailed and demonstrate specifically what steps the offeror will take to develop itsLEED capability. It must include a time table of steps the offeror will take and howprogress will be measured to develop its knowledge and skills.The plan shall beincorporated into the contract if selected for award. On projects requiring LEEDconcepts, the offeror shall be required to demonstrate increased knowledge and skills forLEED design as per the approved Development Plan. B. EVALUATION Firms responding to this announcement before the closing date will be considered forselection based on the following selection criteria as stated in FAR 36.602-1 todetermine the most highly qualified firms. Evaluation of past performance and experiencemay include information provided by the firm, customer inquiries, Government databases,and publicly available sources. Failure to provide requested data, accessible points ofcontact, or valid phone numbers could result in a firm being considered less qualified. 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 requiredservices (15 points) 2.Specialized experience and technical competence in the type of work required (25points Evaluation in this area will consist of a review of a firms in house experienceand technical competence on their staff which is seen as more favorable than theexperience and technical competence from their subcontracted or other reach-backcapability) 3.Past experience covering the past three years, if any, of the firm with respectto performance on contracts with NASA, other Government Agencies, and Private industry interms of cost control, quality of work, and compliance with performance schedules. Relevant past experience includes projects utilizing capabilities addressed in ParagraphA.1. Information provided in the proposal, responses from the A&E Past PerformanceQuestionnaires (Attachment 1), as well as other past performance information obtainedfrom other sources known by the Government (i.e., Past Performance Database) or any othersource that may have useful and relevant information will be considered in this area. (15points)4.Capacity to accomplish the work in the required time (10 points)5.Location in the general geographical area (Louisiana, Mississippi, FloridaPanhandle, and Alabama) 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. It is strongly desired that theselected firm and their intended staffbe located within 300 miles of the place ofperformance (10 points) 6.Other evaluation criteria established for this procurement are: (25 points total)a.Experience with design considerations unique to the gulf coast such as highhumidity, wind, soil type, subsidence and flood potential; (5 sub-points) b.An effective approach to cost estimating; (10 sub-points) c.An environmental compliance record and OSHA compliance; (5 sub-points) d.Previous LEED design projects or LEED development plan as required (5 sub points)C. PROPOSAL DELIVERY INSTRUCTIONS C.1 Offerors responses shall be submitted on SF 330 with five (5) in hard copy and one(1) in electronic CD format. Responses shall be clear, concise, and shall includesufficient detail for effective evaluation and substantiation of all information.Elaborate brochures or documentation, detailed artwork, or other superfluousembellishments are unnecessary and are not desired. Tabs shall be marked to identify eachpart and subpart in correct order as laid out by the SF 330. Part I Subpart A through I,Part II include Appendix A LEED Development Plan (if Applicable), and any supplementalinformation shall be marked with tabs as appendices. C.2 Each response to this announcement should include the requested information for allevaluation criteria identified in the announcement separated with headings, tabs or someother clearly identifiable means to assist the evaluation team members reviewing theproposals. The different evaluation criteria sections to be clearly identifiable alongwith their limitations are listed below:1.Professional Qualifications (Included in the SF-330 50 Page limit, in Part I &II of the form):2.Specialized Experience (Included in the SF-33050 Page limit, in Part II of theform):3.Past Experience (Limited to Past 3 Years) (SF -330 Part II, Section F, isincluded in the 50 page limit, No limit for Past Performance Questionnaire Responses(Attachment 1), and the government may use other known sources such as past performancedata bases.):4.Capacity to accomplish work in required Time (Included in the SF-330 50 Pagelimit, can be inserted on the SF -330 Part I, Section H or attachment as needed):5.Location: (Included in the SF-330 50 Page limit, can be inserted on the SF -330Part I, Section H or attachment as needed):6.Other Requested Information:a.Experience with Design Considerations Unique to Gulf Coast (Included in theSF-33050 Page limit, can be inserted on the SF -330 Part I, Section H or attachment asneeded):b.Effective Approach to Cost Estimating (Included in the SF-330 50 Page limit, canbe inserted on the SF -330 Part I, Section H or attachment as needed):c.Environmental /OSHA Compliance Record (Included in the SF-330 50 Page limit, canbe inserted on the SF -330 Part I, Section H or attachment as needed):d.LEED Experience / LEED Development Plan (Included in the SF-330 50 Page limit,can be inserted on the SF -330 Part I, Section H or attachment as needed):C.3 The proposal submittal, including the SF 330 Parts I and II shall not exceed fifty(50) pages and shall include any information the firm feels may be of benefit to it inthe evaluation and selection process. The nine (9) pages of instructions are not requiredto be submitted as part of the SF 330 and are not included in the 50 page limit. Offersexceeding the maximum page limitations will have the extra pages removed prior toevaluation and information contained in the removed pages will not be evaluated. Thefollowing will not count towards the 50 page count: transmittal cover pages, tab pages,and copies of the first pages of past performance questionnaires that the offerors arerequired to include in their proposal submittals.C.4 Offerors may submit on single or double sided sheets, but shall not exceed the 50page limitation. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper,with at least one inch margins on all sides (fold out sheets will be counted as multiplepages in accordance with their size). Offerors may include 11 X 14 inch paper for theexclusive presentation of tables or figures. Each 11 X 14 inch page will be considered 2pages when printed on one side and considered 4 pages when printed on both sides. Fontsize shall be no smaller than 12 characters per inch. The SF330 form is exempt from themargin and character size limits; follow the SF330 instructions for input into this form.The 1 margin and 12 characters per inch limits are applicable to pages formatted by theArchitect/Engineering firm. Use a legible font of size 10 point or larger. C.5 Offerors responses shall include five (5) hard copies and one (1) in electronic CDformat, and must be received by 1400 (2:00 PM) Local Time on September 27, 2011, at John C. Stennis Space Center Attn: Charles J. Heim, Building 1100, Mail Code DA20,Stennis Space Center, MS 39529-6000. Late Delivery of Offers/Proposals: Lateoffers/Proposals will be processed in accordance with FAR 52.215-1, Instructions toOfferors - Competitive Acquisition. Submittals received after the specified closing dateand time will be considered late and will not be evaluated. D. OTHER INFORMATIOND.1 Firms responding to this announcement before the closing date will be considered forselection, subject to any limitations indicated with respect to size and geographiclocation of firm, specialized technical expertise or other requirements listed. Followinginitial evaluation of the qualifications and performance data submitted, three or morefirms that are considered to be the most highly qualified to provide the type of servicesrequired will be chosen for further discussion, oral presentations, and/or an officevisit to observe a firms in house capability during daily operations if necessary. Onlythe highest ranked firms being considered for award will be sent a request for proposal. D.2 In accordance with FAR 52.219-9, Alternate II (October 2001), Small BusinessSubcontracting Plan (SBSP), firms selected for further consideration, who are largebusinesses, shall submit an acceptable IDIQ Small Business Subcontracting Plan to theContracting Officer to be eligible for award. The selected large business firms shallprovide a Small Business Subcontracting Plan within the requested time period to beidentified by the Government (Do Not Submit SBSP as part of the original proposal). Whendefining the basis on which small business subcontracting goals are to be proposed, thecontractor shall use the IDIQ maximum ordering value of $45,000,000. Firms selected forfurther consideration, who are large businesses, failing to negotiate an acceptable IDIQSmall Business Subcontracting Plan with the Contracting Officer, will be ineligible foraward. D.3 For the purpose of simplifying and increasing efficiency in the negotiation and toassist in the execution of Task Orders against the IDIQ, apparent successful offerorsshall submit an acceptable Forward Price Rate Agreement (FPRA) Proposal to theContracting Officer to be eligible for award. The apparent successful offerors shallprovide a FPRA proposal within the requested time period to be identified by theGovernment (Do Not Submit FPRA proposal as part of this package). The FPRA proposal shallinclude, but is not limited to, a description of direct labor categories, direct laborrates, annual escalation of all rates, G&A rates, Overhead rates, Computer AssistedDesign rates, and other recurring costs. Where practicable, the contractor may provideFixed Price Rates for Unit Pricing Elements. The FPRA proposal will be negotiated and aformal Forward Price Rate Agreement will be incorporated into the resultant IDIQcontract. Apparent successful offerors, who fail to negotiate an acceptable FPRA with theContracting Officer, will be ineligible for award. The contractor agrees to submit aCertificate of Current Cost or Pricing Data, as required by FAR 15.406-2(a), for all TaskOrders and modification exceeding $700,000. D.4 The proposal will be evaluated and negotiated for fair and reasonable price. If afair and reasonable price cannot be negotiated, the Government may request a proposalfrom the next highest ranked offeror, and the process will continue until the appropriatenumber of IDIQ contracts have been awarded. Selection of firms for negotiation shall bemade in order of preference based on the demonstrated competence and qualificationsnecessary for satisfactory performance in accordance with the specific selection criterialisted in this announcement. It is anticipated that more than one IDIQ Contract awardwill result from this solicitation. Work will be accomplished as individual Task Ordersunder the IDIQ contracts. The individual Task Orders will be awarded beginning with thedate of execution of the IDIQ contract. NASA will provide all contract awardees fairopportunity to be considered for each Task Order. The Contracting Officer will solicitTask Order offers by issuing written requests for offers for specific projects. TaskOrders will be awarded consistent with FAR 36.602. Individual Task Orders will be issuedon a Firm Fixed Price basis. D.5 This notice is intended to provide sufficient information for preparation of aSF-330. All firms that respond must submit their SF-330 based on information containedin this notice and should not contact SSC officials by letter or telephone to requestadditional information. If consultants or associates are to be used their appropriateinformation should be included in the SF-330 and accompany letter of transmittal. Allfirms responding to this solicitation shall follow the instructions in Attachment 1 tothis announcement which is titled Architect /Engineer Past Performance Questionnaireand request that their previous customers complete and submit the past performancequestionnaire to Charles.j.heim@nasa.gov no later than the response date for thisannouncement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS11062311R/listing.html)
 
Record
SN02551091-W 20110828/110826235212-a3fd44586750a933f5e72a75901da087 (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.