Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOURCES SOUGHT

Y -- CONSTRUCTION AND OUTFITTING OF THE CENTRAL CAMPUS COMPLEX ADMINISTRATIVEOFFICE BUILDING AT THE KENNEDY SPACE CENTER FLORIDA

Notice Date
7/9/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
C201301
 
Response Due
7/24/2013
 
Archive Date
7/9/2014
 
Point of Contact
Phillip C Coffin, Contract Specialist, Phone 321-867-7579, Fax 321-867-1141, Email Phillip.C.Coffin@nasa.gov
 
E-Mail Address
Phillip C Coffin
(Phillip.C.Coffin@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources for Construction and outfitting of the Central Campus Complex Administrative Office Building at the Kennedy Space Center. This is also referred to as Phase 1 of the Replacement KSC Headquarters Building. Phase 1 of the Replacement Headquarters Building will be located in the KSC Industrial Area and will include administrative spaces and shared services. The new administrative office building will be capable of easily adding future phases with minimal disruptions to occupants and will include upgrades to the utilities infrastructure and existing pedestrian walkways, and modifications to the surrounding roads and parking lots. The facility will strive to achieve platinum certification requirements of the United States Green Building Council Leadership in Energy and Environmental Design (LEED). The NAICS code for this effort is 236220 and the size standard is $33.5M. Salient elements of the general scope for the concorresponding templated effort are described below. The purpose of this new facility is to provide permanent housing for an optimum number of personnel currently located within the existing Headquarters Building (M6-0399). It will be 7 stories tall comprised of shared service and office space with an 8th floor mechanical penthouse and total approximately 200,000 square-feet. The building will have multiple elevators (freight and passenger) and stairwells; controlled access areas; an integrated fire alarm system that reports to a remote KSC location. Building construction elements include precast exterior panels with a north curtain wall system. The shared services functions on first floor include a cafeteria with indoor / outdoor seating area, credit union, barber shop, post office, large lobby with displays, gift shop, Engineering Documentation Center, reproduction facilities, library including circulation and documents sections, and building shipping and receiving service yard. Floors 2-7 will be open floor plan and include: contractor supplied and installed systems furniture, offices, multimedia conference rooms and break areas. The 8th floor, mechanical penthouse will house additional mechanical equipment. There will be mechanical units located each floor. The building employs environmentally controlled air and electrical systems. The project will also include associated site development, to include; demucking, roadway and pedestrian walkway reconfiguration, an expansive parking lot, utilities, landscaping and a storm water management system. The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the construction of Kennedy Space Centers Central Campus Complex Administrative Office Building at Kennedy Space Center, Florida 32899.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. It is requested interested firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The submission shall be prepared in either PDF or Microsoft Office 2000 or greater. NASA/KSC will review all offeror submissions complying with submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. Your submission shall include the following information: The cover letter provided with the 10 page submission shall include the following information: Company Name, DUNS Number and Address; Company Business Size and identify if they are a HUBZone small business, a woman-owned small business, an economically disadvantaged woman-owned small business, a service-disabled veteran owned small business, or an 8(a) small business, Point-of-Contact name, phone number and email address. The capability package shall address, as a minimum, the following: Experience in construction in the last 5 years with similar scope and magnitude, representing capacity to meet the above project requirements, in secure areas on government installations. Contractor must demonstrate experience building commercial and/or office buildings of at least four stories. Ability to work within the requirements of a Federal project site and a wildlife refuge. Include examples demonstrating the capacity for providing required submittals, safety plans, and as-built documents. Financial capability information, to include a statement identifying the firms bonding capacity (minimum $50M for payment and performance), a copy of the firms most current Balance Sheet and Income Statement, and the firms average annual revenue for the past three (3) years. A statement, if a small business, that the firm can perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. 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. The capability statement and its cover letter shall be either mailed to the following address: NASA Attn: Phillip C. Coffin Mail Code: OP-ES Kennedy Space Center, FL 32899 Or Electronically to Phillip.C.Coffin@NASA.Gov Please reference C201301 in any response. Responses must be received by July 24, 2013, no later than 4:30 P.M. Eastern Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/C201301/listing.html)
 
Record
SN03110908-W 20130711/130709235033-c5968f9323e51646cef81dab138ae916 (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.