SPECIAL NOTICE
C -- ARCHITECTURAL ENGINEERING SERVICES FOR MISCELLANEOUS STUDIES AND DESIGN TASKS AT MAF
- Notice Date
- 1/4/2008
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NASA-SNOTE-080104-003
- Archive Date
- 1/4/2009
- Point of Contact
- Sandra S. Johnson, Contract Specialist, Phone 256-544-6698, Fax 256-544-9162, Email sandra.johnson@msfc.nasa.gov - Marty B. Hanson, Contracting Officer, Phone 256-544-0989, Fax 256-544-9162, Email Marty.B.Hanson@nasa.gov
- E-Mail Address
-
Email your questions to Sandra S. Johnson
(sandra.johnson@msfc.nasa.gov)
- Description
- Synopsis for Architect-Engineer (A-E 1 (08) Services for Miscellaneous Studies and Design Tasks at Marshall Space Flight Center?s Michoud Assembly Facility (MAF), New Orleans, Louisiana The majorities of the facilities at MAF are in direct support of MAF?s mission to manufacture complex space systems and include laboratories, flight vehicle manufacturing and test facilities and office buildings. The A-E services to be provided under this procurement consist of field investigations, engineering studies, final designs, and other A-E services for the following described efforts: 1. Cost studies and engineering feasibility studies for large Construction of Facility (CoF) projects (> $500,000), as well as small locally (< $500,000) approved projects. 2. Preparation of final design documentation for miscellaneous modification, rehabilitation, new construction, and repair projects ranging in construction value from $10,000 to approximately $50,000,000. The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this FBOWS announcement. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330. 2. Have the following disciplines located at the A-E?s lead office: ? Minimum of 3 electrical engineers. ? Minimum of 3 mechanical engineers. ? Minimum of 3 architects. ? Minimum of 3 structural engineers. ? Minimum of 3 civil engineers. 3. Have registered professionals that will stamp all work provided. 4. Have the lead office located within 300 miles from MAF. 5. Have a minimum of 30 employees located at the lead office. Factors scored (100 maximum points) in the selection process include: (1) Specialized experience and demonstrated capabilities in the restoration, modernization and renovation design for office, laboratory and test facilities (50 points); (2) Past Performance on A-E contracts at MAF, other government agencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (10 points); (4) Professional Qualifications (10 points); (5) Previous MAF Contracts (5 points) and (6) Geographical Location (5 points). In the submittal, the A-E shall clearly define the location of the lead office as well as the capabilities and size of that particular office. Other company resources and experience should be shown separate from the lead office?s resources and experience. The contact will be a firm-fixed price indefinite delivery, indefinite quantity type contract with a two year base and three one-year options. The estimated start date of the contract is April, 2008. Firms responding to this synopsis should include appropriate information regarding any consultants or associates to be used and should include the identification number A-E-1(06) in their submitted Standard Form 330 and accompanying letter of transmittal. The above services are not set-aside for Small Business or Small Disadvantaged Business firms. Architect-Engineer firms which meet requirements described in this announcement are invoited to submit a completed Standard Form 330, Architect-Engineer and related Services Questionnaire for Specific Project, and appropriate data as described in Note 24 to the address shown below not later than Feb 4, 2008, by 2:00 pm. local time. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter or by telephone to request additional information. The mailing address for all overnight packages is: Ms. Sandra Johnson, Mail Code PS32, Building 4250, Room 36E, NASA Marshall Space Flight Center, MSFC, AL 35812. THIS IS NOT A REQUEST FOR PROPOSAL -- SEE NOTE 24.
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#128308
- Record
- SN01479558-W 20080106/080104224346 (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 |