SOLICITATION NOTICE
C -- ON-SITE ARCHITECT-ENGINEERING AE SERVICES
- Notice Date
- 7/28/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- AE3-09
- Response Due
- 8/27/2009
- Archive Date
- 7/28/2010
- Point of Contact
- John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, Email Ketela.K.Helton@nasa.gov<br />
- E-Mail Address
-
John A. Busbey
(john.busbey@msfc.nasa.gov)
- Small Business Set-Aside
- 8a Competitive
- Description
- NASA/MSFC plans to issue a Request for Proposal (RFP) for Architect/Engineering(A/E) Services. The Architect/Engineering (A/E) services to be provided under thisprocurement consist of master planning and design services for facility modifications,repairs, construction, and maintenance at the George C. Marshall Space Flight Center(MSFC), Alabama. All services will be provided on-site at the MSFC.The required services will include these disciplines: Architects, Interior Designers,Civil Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers,Building Automation Designers, Estimators, and Master Planners.The MSFC campus has over 200 facilities. Most of these support space systems areresearch and development for NASA. The facilities include laboratories, engine testfacilities, structural test facilities, vacuum chambers, wind tunnels, and officebuildings (and others).The services can be divided into two categories: Master Planning Services and DesignServices. Master Planning Services include, but are not limited to: Defining future requirements for facilities work at MSFC. Definition of therequirements includes field investigation, preparation of sketches/drawings, preparationof narrative descriptions, preparation of project programming data, and preparation ofcost estimates. Requirements will be developed to support: - Master Planning - Space Utilization/Real Property, and - Construction of Facilities (CoF) annual program (and future years) - Preparing miscellaneous studies of facilities and other infrastructure in supportof planning the CoF program Preparing studies related to the land use of roadways Updating and maintaining master planning documents such as maps, plans, analysis,graphics, etc. Updating and maintaining the existing geographic information system database Updating and maintaining the existing facilities data book Developing and maintaining strategic plans Integrating all planned and ongoing facility project activities Providing historical survey and documentation support, and Providing support to update and maintain the Master Planning website.MSFCs annual CoF program includes approximately $40M of utility systems repairs,facilities alterations/modifications, and new construction. Also, the annual CoF programhistorically consists of between four to eight projects each having a construction costgreater than $500K.The Design Services include, but are not limited to: Preparing architectural, civil, structural, environmental, electrical, mechanical, fireprotection, utility control system, and multi-discipline project designs in support ofLocal projects (construction less than $500K).Designs include criteria development,construction drawings, calculations, specifications, and cost estimates, Adding and or modifying the existing building automation system (MSFCs system iscalled the Utilities Control System) to reflect additions or changes to the HVAC systems(or process equipment) at the MSFC facilities, Managing the existing, historical drawings files, Assessing and updating the above-and-below ground utility maps, Making recommendations for digging permits, Preparing as-built drawings for CoF (above $500K) and Local (below $500K) projects, Performing configuration management, Providing miscellaneous tasks such as special studies, land surveys, geotechnicalanalysis, etc., Providing construction support, Incorporating energy efficiency and sustainability in planning, designing,constructing, and maintaining MSFC facilities, and Certifying new facilities (Local projects) under the United States Green BuildingCouncils Leadership in Energy and Environmental Design (LEED) program.Registered, licensed professionals will oversee all Design Services and will stamp allprepared construction documents. Historically, there have been approximately 200 Localprojects having construction costs between $2K and $50K. Also, there have beenapproximately 55 projects having construction costs between $50K and $500K. The value of the Master Planning and Design Services contract has historically beenfunded at approximately $4.9M annually and has required an average staff of 46 employees. The staff has historically consisted of a Site Manager, 3 Architects, 2 Civil Engineers,2 Structural Engineers, 5 Mechanical Engineers, 5 Electrical Engineers, 10Drafting/Designers, 2 Control System Designers, 6 Estimators, 6 Planners, and 4Administrative Assistants. These professionals may be personnel from the proposingfirms office or branch offices, personnel from a joint-venture partner, and/orsubcontractors personnel.The following criteria will be used in the preliminary screening of the A/E firmsresponding to this announcement: (1) Must submit a fully completed, current StandardForm 330; (2) Must have experience in designing LEED projects and projects with energyefficiency and sustainable features; (3) Must be located in Small Business Administration(SBA), Southern Region IV; (4) Must have registered licensed professionals in thefollowing disciplines: Architects, Civil Engineers, Structural Engineers, ElectricalEngineers; and Mechanical Engineers, and (5) Must provide an organizational chart of theproposed team that clearly shows any division of labor for work not being performed bythe proposing firms office.A/E firms will be evaluated during the selection process in accordance with FAR Part 36and NASA Far Supplement 1836 based on the following factors (100 maximum points): (1)Previous NASA contracts within the last 10 years (5 points). The architect-engineerselection board will award up to five points regarding the volume of work previouslyawarded to the firm by NASA, with the object of effecting an equitable distribution ofcontracts among qualified architect-engineer firms, including minority-owned firms andfirms that have not had prior NASA contracts. A/E firms that have not had previous NASAcontracts will receive more points (in this category) than A/E firms that have hadprevious NASA contracts; (2) Geographic location of the proposing firms office to theMSFC (5 points); (3) Past performance on similar planning and design services in terms ofcost control, quality of work, compliance with performance schedules, energy efficiency,and sustainability (20 points); (4) Professional qualifications of key personnel listedto perform the required services (20 points); (5) Capacity to accomplish the work (10points); and (6) Specialized experience and technical competence of the staff in theplanning, designing, and cost estimating for projects involving repairs, alterations, andmodifications as well as new construction projects involving new administrativebuildings, structures, industrial buildings, and complex test facilities. (40 points)The following Additional Information shall be addressed in section H of the Standard Form330: (1) Provide a list and brief description of previous NASA contracts (within thelast 10 years); (2) Provide information describing the firms capacity to accomplish theprovided services; (3) List personnel on the proposed team that are LEED accredited; (4)Provide a detailed management plan that specifically addresses the organizationalstaffing breakdown of all required services. If services are to be provided by personnelfrom a source other than the proposing firms office, then describe the services thoseindividuals will provide and describe the proposing firms previous experience workingwith the other personnel; and (5) Describe the proposed teams experience in providingplanning and design services that include energy conservation, pollution control, wastereduction, and the use of recycled materials.The Example Projects provided in Standard Form 330 should include appropriate informationregarding the overall cost control processes used, the Owners assessments of the qualityof the services provided, and discussion of the issues that affected the schedule. Also,state if any of the projects are either certified or registered to be certified with theLEED program and state if the projects are for clients that the firm has providedservices for in the in the past.A/E firms must also have Past Performance provided by previous clients. For each projectlisted in the Example Projects (Section F of Standard Form 330), an A/E Past PerformanceReport must be prepared. Report (with instructions) is attached. The Offeror shall submitone Past Performance Interview/Questionnaire Form, to customer references, for up to 10of the Offerors most relevant contracts which are currently being performed or have beencompleted within the last 10 years. The Offeror shall forward the Past PerformanceInterview/Questionnaire Form for each contract identified above to customer references,along with a transmittal letter similar to the one provided at the end of the form. TheOfferor shall request the Customer references to fully complete the questionnaire andreturn it by August 27, 2009. The Offeror is solely responsible for ensuring thatquestionnaires are completed and provided to MSFC. Contracts identified on PastPerformance Questionnaire which have been completed more than 10 years ago will not beevaluated. In addition to Offeror provided references, the NASA Past Performance Databaseand references known to the A&E Board will be checked as deemed necessary. Instructionsfor completing the Past Performance Questionnaires are contained on the form. This is nota request for proposal. Rather firms are being invited to demonstrate their ability tomeet the above requirements. Negotiations leading to award will be conducted inaccordance with FAR 36.606. The staffing level for contractor/subcontractor personnel tobe located on-site at MSFC will be subject to negotiations with the selected A-Econtractor. This solicitation is limited to 8a firms located in the Small Business Administration(SBA), Southern Region IV. All firms that respond must submit a Standard Form 330,Architectural-Engineering Qualifications. The North American Industry ClassificationSystem (NAICS) Code for this acquisition is 541330-Engineering Services. Because of theunique facilities, the corresponding small business size standard is $27 million dollars,for the Engineering Services subclass Military and Aerospace Equipment and MilitaryWeapons.The period of performance for this contract is one year with four one-year options. Theanticipated start date is April 1, 2010. The anticipated dollar value for this contractis $29,000,000. A cost-plus fixed fee contract is anticipated. There are no bondingrequirements. Evaluation criteria and all other provisions of Numbered Note 24(http://cbdnet.gpo.gov/num-note.html) shall apply to this notice. It should be notedthat there will be no site visits conducted.In response to this synopsis, only Standard Forms 330's will be accepted. Submissionsmust be received at the address shown below no later than 3:00 pm (CST) on August 27,2009, in order to be considered. This notice is intended to provide sufficientinformation for preparation of a Standard Form 330 based on information contained in thisnotice and should not contact MSFC officials by letter or by telephone to requestadditional information. The address for submission including regular and express mail aswell as overnight packages is:NASA, George C. Marshall Space Flight Center, Attention:PS32/DFSI/Wendy Bofenkamp, Building 4250, Room 36F, Marshall Space Flight Center, AL,35812 (located near Huntsville, AL). Companies using hand delivery of package must allowadditional time (up to 3 hours) to clear security to enter MSFC, which is located onRedstone Arsenal. Individuals who do not have access to the Arsenal must submit theirfull name, drivers license number, car license and insurance details, contact details,email, phone number, etc. to Ms. Bofenkamp by 12:00 noon the previous day, so that entrycan be coordinated with Arsenal security. Hand delivered packages are to be presented toMs. Bofenkamp in Building 4250, Room 36F by the closing date. All contractual and technical questions must be submitted in writing (Email or Fax) toWendy Bofenkamp/DFSI, Fax 256-544-9162 or E-mail wendy.bofenkamp@nasa.gov, no later than3:00 pm (CST) on August 12, 2009. Telephone questions will not be accepted. The duedate for responses is not extended. Documents related to this procurement will beavailable over the Internet. These documents will reside on a World Wide Web (WWW)server, which may be accessed using a WWW browser application. The Internet site or URLfor the NASA/MSFC Business Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62. Potential offerors areresponsible for monitoring this site for the release of the solicitation and anyamendments. Potential offerors are responsible for downloading their own copy of thesolicitation and amendments (if any). It should be noted that an audit will be performedby the Defense Contract Audit Agency (DCAA) of the successful proposal and that theofferor is required to have an approved accounting system. THIS IS NOT A REQUEST FOR PROPOSAL--SEE NOTE 24.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/AE3-09/listing.html)
- Record
- SN01889412-W 20090730/090728235305-8423ff47637af0b479a4ed87348cea66 (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 |