Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

C -- AE DESIGN AND OTHER SERVICES FOR CIVIL INFRASTRUCTURE AND FACILITIES AT THEKENNEDY SPACE CENTER FL

Notice Date
9/22/2014
 
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
NNK14525918R
 
Response Due
10/22/2014
 
Archive Date
9/22/2015
 
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, Lead Contract Specialist, 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
C. Architect-Engineer Services Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 ACQUISITION DESCRIPTION This acquisition is for the Architect-Engineer (A-E) Services for the Design and Other Professional Services necessary to Rehabilitate, Modernize, and Develop New or Existing Civil Infrastructure and Facilities at the Kennedy Space Center (KSC), Florida; Cape Canaveral Air Force Station (CCAFS), Florida; Vandenberg Air Force Base (VAFB), California; other NASA assets; and launch or landing sites worldwide. This Synopsis, number NNK14525918R, is prepared in accordance with NASA FAR Supplement (NFS) 1805.207-70, Synopses of Architect-Engineer Services and FAR 5.207, Preparation and Transmittal of Synopses. Solicitation packages are NOT provided and this is NOT a request for proposal. Additional information may be given by issuance of an amendment during the announcement period. This Synopsis is NOT a small business set-aside; it will be conducted under full and open competition procedures allowing maximum participation from large and small businesses. The NAICS Code and small business size standard for this procurement is 541330 and $15 million respectively. PROPOSED CONTRACT(s) INFORMATION NASAs KSC intends to award up to two (2) Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for this effort. Each IDIQ contract will have a minimum value of $1,000 which represents the minimum value of work the Government is required to order. The amount of each contract will not exceed $20,000,000. The awarded contract(s) will have a five (5) year ordering period with no options. Work will be accomplished as individual Task Orders under each IDIQ contract. Individual Task Orders will be issued on a Firm Fixed Price basis. If two contracts are awarded, the Contracting Officer will provide the contract awardees fair opportunity to be considered for each Task Order consistent with FAR 36.602 and with contract article entitled, Task Order Placement Process to be incorporated in the contract(s). As determined by the Contracting Officer, performance of work under Task Orders issued against the IDIQ contract(s) may extend or be extended for up to one year beyond the ordering period of the IDIQ contract(s). A-E SCOPE OF SERVICES The IDIQ contract scope of work includes A-E Services for complex civil infrastructure, including but not limited, to the following: preparation of studies, designs, specifications, reports and other contract documents for construction, roadways, parking facilities, traffic signalization, specialized ground transportation infrastructure for flight hardware (>500,000 pounds carrying capacity), railroads, airport runways and hangars, wharf facilities and dredging, security systems and force protection, water distribution, wastewater collection, stormwater management, coastal management, and geotechnical evaluations. Services also include the study and design of new facilities, refurbishment of existing facilities, and deconstruction of existing facilities. These facilities may vary from small to large scale commercial buildings, industrial facilities, and/or laboratories. The A-E Services also include the application of sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building rating system as well as complying with the five guiding principles described for Federal High Performance and Sustainable Buildings in Executive Order 13514 and Executive Order 13423. The A-E Services will be performed across all project phases including planning and feasibility studies, environmental studies, environmental permitting, preliminary design, final design, engineering services during construction, activation and commissioning. Cost estimating will be required across all project phases including cost-benefit analysis, life cycle cost analysis, parametric cost estimating, and detailed cost estimates/quantity takeoffs. The A-E Services also include engineering services during construction including, but not limited to, review of shop drawings and request for information and deviation waivers, resolution of problems, construction inspection services, creation of as-built construction drawings, etc. The A-E Services also include design services and technical assistance during bidding of construction efforts. SUBMISSION EVALUATION CRITERIA This requirement is being acquired in accordance with FAR 36.602, Selection of Firms for Architect-Engineering Contracts. The A-E team must have extensive demonstrated experience in the planning, design of complex civil infrastructure systems, new facilities construction, refurbishment of existing facilities, deconstruction of facilities, working in multiple project phases, engineering services during construction, and cost analysis. The A-E team must submit a completed Standard Form (SF) 330, Architect-Engineering Qualifications, Parts I and II to include specific information addressing each of the five selection criteria described in this synopsis. Firms will be evaluated to determine the most highly qualified A-E team in relation to the selection criteria detailed in this synopsis. Failure to provide the requested data or to comply with the instructions in this notice may result in the A-E team being evaluated as not highly qualified. The selection criteria for the work described in this synopsis are as follows: 1.Professional qualifications necessary for satisfactory performance of required services (Selection Weight, 10 percent). Basis of evaluation will be on the information provided in Section E of the SF 330. Provide qualifications only for those key personnel who will actually perform the major duties for the A-E Scope of Services in this synopsis. While emphasis will be placed on qualifications that are primarily civil in nature, the A-E team must include specialists in: architecture, civil engineering, environmental engineering, mechanical engineering, electrical engineering, fire protection engineering, structural engineering, certified cost estimator, and LEED accredited professional(s) who have extensive design experience in complex civil infrastructure systems, new facility construction, refurbishment of existing facilities, and deconstruction of facilities. The A-E team key personnel must have professional registration in the respective disciplines and must provide proof of licenses as part of their submission. The A-E team must include civil and environmental engineers registered in the state of Florida; other listed design professionals may be registered anywhere in the United States. 2.Specialized experience and technical competence in the types of work required (Selection Weight, 40 percent). Provide no more than ten (10) projects in Section F of the SF 330. All projects must be ongoing or completed within five (5) years from the date of this synopsis.For submittal purposes, a Task Orders on IDIQ contracts, orders off of basic agreements or orders off of basic ordering agreements, and contracts are considered projects.Through the projects provided in Section F of the SF 330, the A-E team must demonstrate experience managing and performing the planning, design and engineering services during construction of complex civil infrastructure systems, new facilities, refurbishment of existing facilities, deconstruction of facilities, working in multiple project phases, and cost analysis. The A-E team will be evaluated on demonstrated recent experience in all of the type of services described in the A-E Scope of Services with evidence of relevant experience managing and performing A-E services in the following areas where applicable: a) Designing and providing construction documents for various civil engineering projects; b) Experience in multiple phases of design and construction projects; c) Developing cost analysis to include cost-benefit analysis, life cycle cost analysis, parametric cost estimating, and detailed cost estimates/quantity takeoffs; d) Performing planning studies which include development of requirements, preparing engineering evaluations, project scoping, cost estimating and life cycle cost analysis; e) Using computer capability to perform engineering calculations, 3-D modeling, Building Information Modeling (BIM), computer-aided design and drafting (CADD) and preparation of specifications using the SpecsIntact format system; f) Designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building rating system and achieving certification; g) Experience performing contracts directly with the Federal Government; h) Experience in providing construction phase services (shop drawing review, record drawings preparation, construction inspection services, etc.). 3.Capacity to accomplish multiple Task Orders simultaneously and a high volume workload with demanding schedules throughout the life of the contract.(Selection Weight, 20 percent). 4.Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, management effectiveness, and overall customer satisfaction (Selection Weight, 25 percent). The Government will assess the past performance of the A-E team on the projects identified in Section F of the SF 330. The completed Past Performance Questionnaires (PPQs) submitted by the A-E teams customer contacts identified in the SF 330 will be evaluated. The Government shall consider this information, as well as information obtained from other sources (to include interviews with previous customers and Government databases), when evaluating each A-E teams past performance. The currency and relevance of the information, source of the information, context of the data, and general trends in the A-E teams past performance shall be considered. The Government will not disclose the names of persons/companies who provide performance information. If, during the course of the evaluation, the Government obtains adverse information to which the A-E team has not previously had an opportunity to respond, the Government will afford the A-E team an opportunity to clarify the adverse information. 5.Location of the essential staff for this project (or a commitment to locate) in the general geographical area of the Kennedy Space Center, Florida and knowledge of its locality (Selection Weight, 5 percent). PAST PERFORMANCE QUESTIONNAIRES The A-E team shall provide the Past Performance Questionnaire (Attachment 1 of this Synopsis) to each past performance customer contact identified in Section F of the SF 330. The A-E team shall request customers to submit their completed questionnaires to arrive no later than 2:00 pm Eastern Daylight Time (EDT) on October 22, 2014 to either address listed below. Name:Sharon White Email Address: Sharon.L.White@nasa.gov Mailing Address:NASA John F. Kennedy Space Center Procurement Office Code: OP-ES-A Kennedy Space Center, Florida 32899 A sample past performance transmittal letter is provided as part of Attachment 1. Questionnaires must be returned directly from the customer contact to the Contracting Officer listed above. Past Performance Questionnaires will not be accepted directly from the A-E team. Firms shall also submit copies of Section 1 of the Past Performance Questionnaire that the A-E team sends to each customer contact identified in Section F of the SF 330. If a completed Contractor Performance Assessment Reporting System (CPARS)/Architect-Engineer Contract Administration Support System (ACASS) evaluation is available for a project identified in Section F of the SF 330, it shall be submitted along with the completed SF 330 package. NOTE: The CPARS/ACASS evaluation is not a substitute for a completed Past Performance Questionnaire. SYNOPSIS PROVISIONS Federal Acquisition Regulation (FAR), NASA FAR Supplement, and Kennedy Space Center (KSC) provisions applicable to this synopsis are provided in Attachment 2. SUBMISSION PAGE LIMITATIONS The submission, including the SF 330 Parts I and II shall not exceed fifty (50) pages and shall include any information the A-E team feels may be of benefit to it in the evaluation and selection process. Submissions exceeding the maximum page limitations will have the extra pages removed prior to evaluation, will not be evaluated, and will be returned to the Firm. The following are excluded from the fifty page limitation: submission transmittal cover pages, tab pages, tables of contents, copies of Section I from the past performance questionnaires required to be submitted, and completed CPARS/ACASS evaluations. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least a one inch margin on all sides, using Times New Roman font with a type-size no smaller than 12-point font. The one inch margin and 12-point font limits are applicable to pages formatted by the A-E team. The SF 330 form is exempt from the margin and character size limits; follow the SF330 instructions for input into this form. The submission may be submitted on single or double sided sheets, but shall not exceed the 50 page limitation. Each 8-1/2 inch x 11 inch page will be considered 1 page when printed on one side and considered 2 pages when printed on both sides. Printed pages and illustrations shall be legible and no larger than 11 inch x 17 inch foldouts as appropriate for the subject matter. The 11 inch X 17 inch paper must be for the exclusive presentation of tables, figures or illustrations. Each 11 inch X 17 inch page will be considered 2 pages when printed on one side and considered 4 pages when printed on both sides. SUBMISSION REQUIREMENTS One original and three copies of the response along with a digital copy, on compact disc, in a searchable Adobe Acrobat format must be delivered to the KSC Central Industry Assistance Office (CIAO), Building N6-1009 on or before 2:00 pm EDT on October 22, 2014. (See KSC Provision KSC 52.214-90, Delivery Instructions for Bids/Proposals, for detailed delivery instructions.) Sealed packages containing the response shall be marked to show the Firms name and address and be addressed as follows: Attn: Sharon White NASA Contracting Officer, OP-ES Synopsis NNK14525918R Design and Other Professional Services Civil Infrastructure and Facilities CONTRACTING OFFICERS INITIAL FIRM REVIEW Firms will be checked against the List of Parties Excluded from Federal Procurement and Non-Procurement Programs. Firms who appear on the List will be eliminated without further consideration. Firms will also be checked against the U.S. Department of Labor, Occupational Safety and Health Administrations data base for safety citations/violations. Reports of significant safety citations or violations will be referred to the KSC Safety Office for further review. In accordance with FAR Clause 52.204-7, a Firm submitting a response to this synopsis acknowledges that a prospective contractor shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this synopsis. Firms will be checked against the SAM database. Responses will also be checked for minor informalities or irregularities. NEGOTIATIONS In accordance with FAR 36.602-1, discussions will be held with at least three of the most highly qualified A-E Firms and the final selection decision will be by the designated Selection Authority. The final selection shall be a listing, in order of preference, of the Firms considered most highly qualified to perform the work and will authorize the Contracting Officer to begin negotiations with the selected Firms. Selected Firms will be required to submit Forward Pricing Rate Proposals and Small Business Subcontracting Plans (applicable to large businesses only). The two documents shall NOT be submitted with original responses. These two documents will be due within 14 calendar days from the date requested by the Contracting Officer. If a mutually satisfactory contract cannot be negotiated, the Contracting Officer shall obtain a written final proposal revision from the Firm, and notify the Firm that negotiations have been terminated. The Contracting Officer shall then initiate negotiations with the next Firm on the final selection list. This procedure shall be continued until a mutually satisfactory contract has been negotiated. FORWARD PRICING RATE AGREEMENTS (FPRAs) For the purpose of simplifying and increasing efficiency in the negotiation and execution of Task Orders under the IDIQ contracts, A-E teams selected, by the Selection Authority, as the most highly qualified to perform the work, shall submit FPRA proposals. The FPRA proposals shall include, but are not limited to, a description of direct labor categories, direct labor rates, annual escalation of rates, G&A rates, overhead rates, Computer Assisted Design rates, and other recurring costs. The FPRA proposals will be negotiated and incorporated into the resultant IDIQ contract. A-E teams failing to negotiate acceptable FPRAs with the Contracting Officer will be ineligible for award. SMALL BUSINESS SUBCONTRACTING PLANS NASA is committed to providing woman-owned small business concerns, economically disadvantaged woman-owned small business concerns, small disadvantaged business concerns, veteran-owned small business concerns, service-disabled small business concerns, HUBZone small business concerns, and historically black colleges and universities/minority institutions, maximum practicable opportunities to participate in Agency acquisitions at the prime contract level. The participation of NASA prime contractors in providing subcontracting opportunities to such entities is also an essential part of the Agencys commitment. In accordance with FAR 52.219-9, ALT 2, Small Business Subcontracting Plan, in order to be eligible for award, large businesses shall, upon the Contracting Officers request, submit and negotiate acceptable Small Business Subcontracting Plans. Small Business Subcontracting Plans are only required from large businesses selected, by the Selection Authority, as the most highly qualified to perform the work. The Contracting Officer has determined small business subcontracting possibilities exist and has established an overall IDIQ small business subcontracting goal of 8%. The Contracting Officers assessment of appropriate subcontracting goals for this acquisition, expressed as a percentage of total contract value ($20M for each contract), is provided in the chart below. The small business subcontracting goals are for Small Disadvantaged Businesses (SDB), Historically Underutilized Business Zone (HUBZone) businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Woman-owned Small Businesses (WOSB), Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB), and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). SMALL BUSINESS CATEGORY SUBCONTRACTING GOAL SDB0.92% HUBZone 0.27% SDVOSB0.88% VOSB1.80% WOSB2.95% EDWOSB1.19% HBCU/MI 0.00% The numbers above reflect the Contracting Officers assessment of the appropriate subcontracting goals to be achieved at the completion of contract performance.Large businesses selected as the most highly qualified to perform the work, must perform an independent assessment of the small business subcontracting opportunities and are encouraged to propose goals that are equivalent to or greater than those recommended by the Contracting Officer in their Small Business Subcontracting Plans. Small Business Subcontracting Plans shall discuss the rationale for any goal proposed that is less than the Contracting Officers recommended goal in any category and describe the efforts made to establish a goal for that category and what ongoing efforts, if any, are planned during contract performance to increase participation in that category. Selected large businesses failing to negotiate acceptable Small Business Subcontracting Plans with the Contracting Officer will be ineligible for award. SAFETY AND OCCUPATIONAL HEALTH PLANS A-E contractors shall take all reasonable safety and occupational health measures when performing work under KSC contracts. A-E contractors shall comply with all Federal, State, and local laws applicable to safety and occupational health and with the safety and occupational health standards, specifications, reporting requirements, and other relevant requirements of the awarded contracts. Notification is hereby provided that A-E contractors awarded KSC A-E contracts will be required to submit written Safety and Occupational Health Plans after contract award. The plans, as approved by the Contracting Officer, will be incorporated into the contracts. QUESTIONS/COMMENTS Questions or comments regarding this synopsis must be submitted in writing, citing the synopsis number, and be directed via email to the Contracting Officer: Sharon White at Sharon.L.White@nasa.gov. Telephone questions will NOT be accepted. Questions shall be submitted on or before 2:00 pm EDT on September 29, 2014. Questions received after that time will be considered, but may not be answered. NOTE: This synopsis has two attachments: Attachment 1 Past Performance Questionnaire and Attachment 2 Synopsis Provisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14525918R/listing.html)
 
Record
SN03522662-W 20140924/140923000039-478e7c7667bac770416b8cfec58e40dd (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.