Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2003 FBO #0568
SPECIAL NOTICE

C -- PROFESSIONAL ENGINEERING SERVICES REQUIRED TO PROVIDE ON-CALL PLANNING SUPPORT AT KSC, AND CCAFS

Notice Date
6/18/2003
 
Notice Type
Special Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NASA-SNOTE-030618-001
 
Archive Date
6/18/2004
 
Description
This synopsis specifies the Government?s requirement. There is no separate solicitation package. This solicitation is NOT a small business set-aside. The applicable NAICS code is 541330 with a small business size standard of $23M. The successful firm will receive a Basic Ordering Agreement (BOA). Individual Delivery Orders will be placed against the BOA. One firm will be selected as a result of this announcement. If a large business is selected, they will be required to provide a small business subcontracting plan in accordance with FAR clause 52.219-9, Small Business Subcontracting Plan, prior to award of any Delivery Order over $500,000 with subcontracting opportunities. Only one copy of the Architect and Engineer?s (A&E) response to this notice is required. The professional services required may include, but will not necessarily be limited to professional planning and engineering activities, including land use planning, facility planning and space utilization, state-of-the-art warehousing, deconstruction, environmental planning, economic development planning, and architectural standards development. The firm will be selected to provide studies and reports, and at the discretion of KSC, to perform other professional and incidental planning services for future planning projects. This may include review of current planning documents, Federal Government, Agency, Center, and Spaceport strategic plans and policies, assessment of facility condition documentation, and recommendations for resolution of problems. The A&E shall have knowledge of current professional planning theories and methods and be responsive to changes in direction. All tasks will require multi-disciplined planning skills for performance of the required work. The selected A&E firm?s project staff must include, as a minimum, specialists in the following planning and engineering disciplines who must have demonstrated experience in the specific disciplines: Comprehensive Planning, Transportation Planning, Environmental Planning, Economic Development Planning, Architecture, Civil Engineering, Environmental Engineering, Transportation Engineering, Graphic Arts, and Project Management. This staff shall have a combined understanding of the facility requirements for launch complex facilities, flight hardware processing facilities, airport or spaceport support facilities, transportation infrastructure, and administrative/office facilities. The firm shall have a combined understanding of current and emerging markets in space launch; government and commercial payloads; and academic, government, and industry research and development related to the space industry. The A&E shall have the computer capability to perform engineering calculations, computer aided drafting, and planning analysis using geographical information systems compatible with existing Government systems. The A/E may be required to complete studies and reports such as a multi-phase implementation plan as a follow-on to the recent completion of the Cape Canaveral Spaceport Master Plan. The study may entail interviewing planning partners and customers, requirements definition, site investigations, integrating project requirements, and proposing up to three alternates for plan implementation. The A&E firm may be required to provide preliminary cost estimates for multi-phased plan implementation. The A&E firm will be selected in accordance with the evaluation factors described below. A responding A&E firm must tailor their submittal to the specific requirements of this synopsis. The submittal may not exceed 60 pages single spaced. The 60 pages include both the Standard Forms 254?s and 255?s and any additional information the offeror feels may benefit their firm in the selection process. Only the first 60 pages of an offer that exceeds the page limitation will be evaluated. A page is defined as one side of an 8 1/2" x 11" sheet of paper (fold out page will be counted in accordance with its size). Offers may be submitted on single or double sided sheets, but shall not exceed the page limitation. Font size must be readable, with a minimum font size of 10. Cover and tab pages are acceptable but information on these pages will not be considered. For informational purposes, the magnitude of the work is estimated to be $200,000 to $500,000 per year for a period of two years, with three optional one-year renewals. The A&E firm will be selected to perform on-call A&E services. The firm will be selected in accordance with the evaluation factors described below. The following evaluation factors are in descending order of importance and will be used in the evaluation of all A&E submittals for this project. NASA will consider the immediate past 10 years as the period of time for evaluation under factors (1) and (2). (1) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules, and responsiveness (Selection Weight, 35 percent). (2) Specialized experience and technical competence in the type of work required (Selection Weight, 30 percent). (3) Professional qualification necessary for satisfactory performance of required services (Selection Weight, 20 percent). (4) Capacity to accomplish the work in the required time (Selection Weight, 10 percent). (5) Location of the essential staff for this project (or a commitment to locate) in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project (Selection Weight, 5 percent). As a part of the submittal, provide in order of the above factors, a specific response to each factor. A&E?s responding to this notice should submit, along with the Standard Forms 254 and 255, any additional information that they deem to be of benefit to the firm in the selection process. The proposed team qualifications as they relate to the specialized experience and technical competence required for these activities should be stated. Closing date for responding to this notice is close of business July 18, 2003. Offerors are cautioned that submittals received after the specified closing date may be considered late---see note 24---all references in numbered note 24 to the Department of Defense shall be changed to read National Aeronautics and Space Administration. Technical questions should be directed to Sue Gaines, 321-867-8497. Submittals should be made in writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO, Bldg. N6-1009, Kennedy Space Center, FL 32899. Please reference R-2003-04 when responding.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#106056)
 
Record
SN00350800-W 20030620/030618213820 (fbodaily.com)
 
Source
FedBizOpps.gov 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.