SOURCES SOUGHT
C -- CONSTRUCTION MANAGEMENT AND PROFESSIONAL ENGINEERING SERVICES
- Notice Date
- 5/15/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ12ZBJ005L
- Response Due
- 5/22/2012
- Archive Date
- 5/15/2013
- Point of Contact
- Steven D. Fletcher, Contract Specialist, Phone 281-483-5401, Fax 281-483-9741, Email steven.d.fletcher@nasa.gov - Gisela A. Moreno, Contracting Officer, Phone 281-244-6776, Fax 281-483-9741, Email gisela.a.moreno@nasa.gov
- E-Mail Address
-
Steven D. Fletcher
(steven.d.fletcher@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby soliciting information about potential sources for ConstructionManagement and Professional Engineering Services. The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) isseeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for Construction Management and Professional Engineering Services.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), ServiceDisabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.The services provided will be in support of NASA/JSC Center Operations Directorate (COD)located at JSC Houston, Texas.NASA JSC COD facilities includes the following: JSCHouston, Texas; Sonny Carter Training Facility (SCTF) Houston, TX; Ellington Field,Houston, TX. Project construction work where services of this contract will be requiredare performed at the afore-mentioned locations on the following types of facilities andsystems: institutional facilities, offices, laboratories, research facilities,clean-rooms, test and integration sites, launch support facilities, infrastructureupgrades, underground utilities, and information technology/computer work areas. Firmshaving the capabilities necessary to meet or exceed the stated requirements are invitedto submit capability packages, appropriate documentation, and references. JSC intends to award one Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract inaccordance with Brooks Act as implemented in the Federal Acquisition Regulation (FAR)Subpart 36.6, for multi-discipline services related to any NASA COD program requirement. The awarded contract will have a five year ordering period with a minimum value of $1,000which represents the minimum value of work the Government is required to order and thecontractor shall deliver under the IDIQ contract. The maximum quantity the Government mayorder and the contractor may deliver for Services will be $25,000,000. SCOPE OF WORK The Construction Management services includes construction management and qualityassurance inspection/monitoring to ensure that in place construction, operations andmaintenance reflects the work required by the plans specifications and contractdocuments. Services required include schedule monitoring, pay application review,witness testing, maintenance of contract files, daily report preparation, safetycompliance monitoring, as built review, deficiency logs, shop drawing/submittal review,safety plan review, quality plan review, coordination of on-site support contractors,outage support/coordination, budget estimating, cost estimate verification,constructability/design reviews, total building commissioning and Leadership in Energyand Environmental Design (LEED) services. Of particular note: (1)The Total BuildingCommissioning services shall be provided from requirements development through theactivation phase of the project. The commissioning process shall be a quality-orientedprocess for achieving, verifying, and documenting that the performance of facilities,systems and assemblies meet the defined objectives and criteria. The commissioningservices shall provide the following: clearly document the project requirements, providedocumentation and tools to improve the quality of the deliverables, verify and documentthat systems and assemblies perform according to the requirements document, verify thatoperational and maintenance personnel and occupants are properly trained, provide auniform and effective process for delivery of construction projects, deliver buildingsand construction projects that meet the requirements document at the time of completion,implement statistical quality-verification practices with the use of statistical qualitycontrol into the delivery of the construction project and verify proper coordinationamong systems and assemblies, and between owner, operators, designer, all contractors,sub-contractors, venders and manufacturers; and (2)The LEED services shall be providedfrom requirements development through submittal of application for Facility Certificationunder the United States Green Building Council (USGBC) LEED registration program. Theservices shall be performed by a LEED Accredited Professional who will encourage thedesign integration required by a LEED Green Building Project and to streamline theapplication and certification process by assisting in the maintenance and organization ofthe required project files and records.The professional engineering services require multi-discipline capabilities to includearchitectural, electrical, mechanical, environmental, civil, structural, and fireprotection disciplines. The services required will include feasibility studies,conceptual designs, preliminary engineering reports, budget and detailed cost estimates,and designs for alterations, new construction, repair, and refurbishment projects. Thecontractor must be capable of performing design analysis, planning, development, CADD,professional services, pre-design site-assessment, feasibility and concept studies,design, geotechnical investigations and reports, environmental investigations, studiesand reports, abatement and sampling, cost estimates, value engineering, life cyclecosting and energy modeling. All engineering work must be performed by or under thedirect supervision of licensed professional Architects and Engineers in the state thework is to be performed. SPECIFIC INFORMATION SOLICITED It is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office aCapabilities Statement package demonstrating ability to perform the services listedabove. The submission shall be prepared in either PDF or Microsoft Office. NASA/JSC maynot accept an offerors submission that does not comply with the submission instructions.NASA/JSC will review all offerors submissions that comply with submission instructionsusing the following criteria: breadth, depth, and relevancy of experience as it relatesto the work described above. The cover letter shall include the following information: 1.Company Name2.DUNS Number and Address3.Company Business Size and Business Size Status (i.e. large, small, smalldisadvantaged, women-owned small, HUBZone small, 8(a), etc.) 4.Point-of-Contact name, phone number; and email address. The capability statement package shall address, as a minimum, the following: 1.Demonstrated experience and capacity to provide project oversight, inspection andfield support for multiple large and small construction projects with concurrentperformance schedules. Experience shall include new construction and renovation typeprojects under both Design-Bid-Build and Design-Build methods.2.Demonstrated experience and capacity to provide project oversight, inspection andfield support for operation and maintenance type projects with concurrent performanceschedules.3.Demonstrated experience in maintaining project documentation for multiple largeand small construction projects with concurrent performance schedules. Tasks performedshall include logging, distributing and filing of all contract documents.4.Demonstrated experience in performing construction management services formultiple large and small construction projects. Experience shall include newconstruction and renovation type projects under both Design-Bid-Build and Design-Buildmethods.5.Demonstrated experience in developing and producing budget and detailed projectcost estimates.6.Demonstrated experience in performing constructability reviews of constructiondesign packages.7.Demonstrated experience in developing Building Commissioning plans and performingTotal Building Commissioning services.Experience shall include commissioning of newfacilities as well as Re-Commissioning and Retro-Commissioning of existing facilities. 8.Demonstrated experience in performing LEED services for design and constructionprojects. Experience shall include maintenance and development of documents duringdesign and construction phases of the project as well as leading the effort ofmaintaining, gathering, organizing and submitting the final LEED certificationdocumentation to the USGBC.9.Demonstrated experience in performing comprehensive, multi-disciplined,professional engineering services to produce construction design packages, studies andevaluations. 10.Demonstrate resources available such as corporate management and currentlyemployed personnel to be assigned tasks under this effort to include a list ofprofessional qualifications and specified relevant work experience of such personnel. Note: Experience should be limited to the past five years.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.Interested offerors/vendors having the required specialized capabilities to meet orexceed the above requirement should submit a capability statement of 10 pages or less(excluding the cover letter) indicating the ability to perform all aspects of the effortdescribed herein.(PAGES IN EXCESS OF THE STATED REQUIREMENT WILL NOT BE REVIEWED).This requirement is not considered to be a commercial or commercial-type product. Acommercial item is defined in FAR 2.101.This 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. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Steven D. Fletcher at steven.d.fletcher@nasa.gov nolater than 3:00 pm Central Standard Time, May 22, 2012. Please reference RFI NNJ12ZBJ005Lin any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBJ005L/listing.html)
- Record
- SN02749031-W 20120517/120516000702-6e4dcdd7f89b7d6e04167b06e345bc49 (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 |