SOURCES SOUGHT
C -- SOURCES SOUGHT FOR DESIGN AND MASTER PLANNING TO REVITALIZE AND UPGRADE THECENTRAL CAMPUS COMPLEX AT THE KENNEDY SPACE CENTER FLORIDA
- Notice Date
- 1/26/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- R2009-03
- Response Due
- 2/19/2010
- Archive Date
- 1/26/2011
- 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, Contracting Officer, 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
- NASA/KSC is hereby soliciting information about potential sources for SOURCESSOUGHT FOR DESIGN AND MASTER PLANNING TO REVITALIZE AND UPGRADE THE CENTRAL CAMPUSCOMPLEX AT THE KENNEDY SPACE CENTER, FLORIDAThe National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting information about potential sources for firms interested andcapable of providing professional architectural and engineering design services requiredto revitalize and upgrade Kennedy Space Centers Central Campus Complex at Kennedy SpaceCenter, Florida 32899. Vendors having the capabilities necessary to meet or exceed thestated requirements are invited to submit capability packages, appropriate documentationand references. The NAICS code for this effort is 541330. This NAICS code is subject to the SmallBusiness Competitiveness Demonstration Program, in accordance with the Small BusinessCompetitiveness Demonstration Program Act of 1988, as amended, and FAR Subpart 19.10. SCOPE OF WORK DESCRIPTION The primary task of the Architect and Engineering firm (A&E) will be todevelop a master plan and design for the multi-phased construction of the Kennedy SpaceCenters Central Campus Complex. The project is estimated to consist of 620,000 squarefeet of multi-use space (Primarily office; to include laboratories, medical support,training, storage, cafeteria, print services, library, and other shared services) spreadacross multiple buildings to create a new Central Campus Complex. Each constructionphase shall be a stand-alone project working into the overall Central Campus Complexmaster plan while maintaining overall aesthetics without dependency on future phases. The design shall coordinate with a multi-phased construction timeline with eachsubsequent phase being contingent upon agency funding.The Central Campus Complex looksat how the KSC can potentially consolidate multiple facilities into a more compact campusstyle setting through new construction, renovation, and deconstruction. Therevitalization of the KSCs Headquarters (HQ) building through new construction,renovation, and partial demolition will be the focal point of the design with thepotential to incorporate multiple smaller buildings within the industrial area to createa consolidated Central Campus Complex.The HQ building has a historic presence as acenter of leadership for NASAs vehicle processing and launch site; as such the centralcore of the facility will be preserved and renovated for incorporation into the newCentral Campus Complex. A major goal of the A&E shall be to minimize the impacts tocenter employees by construction and to minimize the number of personnel moves requiredfor new facility occupation. The size of the project and its impacts to multiplefacilities will require significant changes to the local infrastructure; this is toinclude, but not limited to, reconfiguration of roadways, electrical distribution, waterdistribution, storm water conveyance, natural gas, telecommunications, fire suppression,heating and cooling, and potential environmental site decontamination.REQUIREMENTS - The professional services required for this project may include, but willnot necessarily be limited to the following: conducting field investigations,topographical surveys, analysis of existing and planned work and support systems,preparing engineering studies, and creating reports of recommended actions and/or designpackages. The selected firm shall develop complete design packages and to providestudies, surveys, reports, environmental permit applications, and environmentalcertificates of compliance. Additionally, at the discretion of KSC the A&E shall performother professional and incidental services for the subject project; such as projectmanagement, construction management, and inspection services to support in all phases ofthe work throughout design and construction. This shall include review of shopdrawings, resolution of problems, construction inspection services, and creation ofas-built construction drawings. The A&E shall have knowledge of different types ofconstruction methods and be responsive to changes in direction. All tasks will requiremulti-disciplined engineering skills for performance of the required work. The selectedA&E firms project staff must include, as a minimum, specialists in the followingengineering disciplines who must have extensive experience in large office buildingrenovation and/or new construction. The following disciplines are required: MasterPlanning, Architectural, Building Commissioning, Civil (with environmental engineeringexperience), Structural, Mechanical, Electrical, Communication Systems, and ProjectManagement. This staff shall have a combined experience in the design of office buildingconstruction and campus guideline development and planning. The A&E shall have thecomputer capability to assist in engineering calculations, modeling, building informationsystems, and computer aided drafting. The A&E shall have experience in different typesof wall/roof/floor construction, furniture layout, HVAC, plumbing, building controlsystems, specialized systems and laboratories, industrial and institutional typeelectrical systems, grounding, lighting, lightning protection, fire detection andsuppression systems, security systems, computer networks, productivity analysis,environmental sustainability, energy conservation and constructability. The A&E shallhave a Registered Communications Distribution Designer (RCDD) with current experience inthe design of communications networks and premise wiring systems. Also the A&E shallhave demonstrated experience in the design of deconstruction of facilities. The A&Eshall also have demonstrated experience in system testing, analysis and preparation ofoperating and maintenance documentation, including spares provisioning, as well asfailure and hazard analyses.Firms shall have extensive, demonstrated experience in the planning, design, anddevelopment of large multi-use industrial and commercial complexes whose totalconstructed value, including activation and outfitting, is in excess of $200 million. Experience shall include comprehensive campus style planning, designs that have achieveda Leadership in Energy and Environmental Design (LEED) Green Building Rating Systemrating of Silver or better and have been constructed and certified, and designs utilizingbuilding information modeling (BIM). The A&E shall have design experience in multipledifferent computer modeling and design software which may be required for facilitydesign. The A&E shall coordinate use of existing models of various KSC systems whichwill be beneficial to design by providing knowledge of the current infrastructure.CAPABILITIES PACKAGE It is requestedinterested firms having the capabilitiesnecessary to meet or exceed all aspects of the effort described herein, submit to thecontracting office a capabilities statement package (no more than 5 pages in length,single spaced, 12 point font minimum) demonstrating ability to perform the serviceslisted above. The submission shall be prepared in either PDF or Microsoft Office 2000 orgreater. NASA/KSC will review all offeror submissions complying with submissioninstructions using the following criteria: breadth, depth and relevancy of experience asit relates to the work described above. Your submission shall include the following information: (1)Company Name and Address; Company Business Size and Business Size Status (i.e.large, small, small disadvantaged, women-owned small, HUBZone small, 8(a), etc.); Point-of-Contact name, phone number, facsimile number, and e-mail address. (2) Prior and current specific experience in master planning and multi-use buildingdesign; including magnitude, scope, and complexity within the last three years, contractnumber, organization supported, indication of whether prime or subcontractor, contractvalue, point of contact with current telephone number, a brief description of how thecontract referenced relates to the services required at KSC.(3) Company profile including a staffing plan; annual revenue history; officelocation(s); DUNS number; demonstration of financial stability; ability to retainexisting staff and acquire qualified personnel, and ability to provide continuity ofoperations at the beginning and the end of a contract; and if a small business firm, anassurance it will be able to perform at least 50% of the work.(4) The resources available such as corporate management and currently employed personnelto be assigned to tasks under this effort to include professional qualifications andspecified relevant work experience of such personnel. RESPONSE INSTRUCTIONS The capability statement and its cover letter shall be mailed to the following address:NASAAttn: Sharon L. White/OP-CS-AKennedy Space Center, FL 32899Responses must be received by February 19, 2010, no later than 4:30 P.M. Eastern Time.DISCLAIMERThis synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Debriefings will notbe available. NASA does not intend to post information or questions received to anywebsite or public access location. NASA does not plan to respond to the individualresponses. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Sharon L. White no later thanFebruary 19, 2010. Please reference R2009-03 in any response.Any referenced notes maybe viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/R2009-03/listing.html)
- Record
- SN02050617-W 20100128/100126235422-6448cc33869a0915e61eb10735bd6298 (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 |