Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2012 FBO #3868
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES - STRUCTURAL

Notice Date
6/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12CAO5RR
 
Response Due
7/26/2012
 
Archive Date
6/25/2013
 
Point of Contact
Richard M. Johanboeke, NASA Contracting Officer, Phone 321-867-0586, Fax 321-867-1111, Email richard.m.johanboeke@nasa.gov
 
E-Mail Address
Richard M. Johanboeke
(richard.m.johanboeke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NNK12CA05RR Architect-Engineer Services, Design, and Other Professional Services Required to Rehabilitate, Modernize or Provide Structural Systems for Existing or New Facilities at the Kennedy Space Center (KSC), Florida; Cape Canaveral Air Force Station (CCAFS), Florida; and Vandenberg Air Force Base (VAFB), California. This is a combined synopsis/solicitation prepared in accordance with FAR 5.207, Preparation and Transmittal of Synopses. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. NASAs John F. Kennedy Space Center intends to award an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for this effort. The IDIQ contract will have a minimum value of $10,000 which represents the minimum value of work the Government is required to order and the contractor shall deliver under each IDIQ contract. The maximum value of work the Government may order and the contractor may deliver will be $8,000,000. The awarded contract will have a five year ordering period. Work will be accomplished as individual Task Orders under the IDIQ contract. The individual Task Orders will be awarded beginning with the date of execution of the IDIQ contract. The Contracting Officer will solicit Task Order offers by issuing written requests for offers for specific projects. Task Orders will be awarded consistent with FAR 36.602. Individual Task Orders will be issued on a Firm Fixed Price basis. As determined by the Contracting Officer, performance of work under Task Orders issued against the IDIQ contract may extend for up to one year beyond the ordering period of the IDIQ contract. PROJECT DESCRIPTION/REQUIREMENTS SCOPE OF WORK The A&E professional services required for this project may include, but will not necessarily be limited to the following: design and analysis of test stands, launch structures, movable structures, ground support equipment, towers, other large frame structures, and large/ unique foundations. The A&E shall be capable of performing concrete based design, steel based design, and vibration and structural analysis utilizing software suites. The services may also include the study and design of new facilities, refurbishment of existing facilities, and demolition of existing facilities. These facilities may be large scale commercial office buildings, industrial facilities, and/ or laboratory buildings, with Leadership in Energy and Environmental Design (LEED) Green Building certification. The selected firm shall develop complete design packages and provide studies, detailed cost estimates, surveys, reports, environmental permit applications. Other tasks shall include cost-benefit analysis, life cycle cost analysis, parametric cost estimating, and detailed quantity take-off and cost estimating. The A&E shall demonstrate high performance in estimating project costs in comparison to the amount of awarded bid. The primary task of the A&E Firm will be to develop planning studies, environmental studies, permits, cost estimates, and contract documents for construction. The size of the projects and their impact to the areas adjacent to the project sites may require changes to the local infrastructure; this may include, but not limited to, reconfiguration of roadways, waterways, electrical distribution, storm water conveyance, telecommunications, and other utilities as determined during design. Additionally, the A&E shall perform other professional and incidental services for the subject project; such as project management, construction management, and inspection services to support in all phases of the work throughout design, construction, and activation/ commissioning. This may include review of shop drawings, resolution of problems, construction inspection services, and creation of as-built construction drawings. All packages prepared by the A&E firm shall include detailed cost estimates and schedules.The selected A&E firm shall provide design services and technical assistance during bidding of all construction efforts. The A&E shall have knowledge of different types of construction methods and be responsive to engineering changes during the design and construction phase. In addition to Project Management, all tasks will require multi-disciplined engineering skills for performance of the required work.The selected A&E firms project staff must include, as a minimum, specialists in the following engineering disciplines who must have extensive design experience in complex structure and building rehabilitation and/or new construction. The following Engineering disciplines are required: Architectural, Civil, Environmental, Cost, Electrical, Mechanical, Fire Protection, and Structural.At least one individual shall have National Association of Corrosion Engineers (NACE) inspection certification. The A&E shall have the computer capability to perform engineering calculations, member sizing, 3-D aesthetic modeling, and computer aided drafting. The A&E shall have experience in different types of foundations, substructure, and superstructure types and materials as well as constructability.The A&E shall provide designs that have low environmental impact and use sustainable materials and provide a project contact/team member who will be responsible for coordinating the sustainable materials selection during design. EVALUATION This requirement is being acquired in accordance with FAR 36.602, Selection of Firms for Architect-Engineering Contracts. The A&E shall have extensive, demonstrated experience in the design of complex structural systems. The A&E shall have extensive, demonstrated experience in the planning and design for construction, refurbishment, and demolition of facilities. The A/E shall have experience in multiple project phases.The A/E shall have experience in cost analysis of projects. The government will evaluate the contractors relevant specialized experience and past performance on recent efforts similar to the Governments requirement.Firms desiring to be considered for award of an IDIQ contract under this solicitation shall submit a completed Standard Form (SF) 330, Architect-Engineering Qualifications, Parts I and II to include specific information addressing each of the five evaluation factors described in this solicitation. The following evaluation factors, listed in descending order of importance, will be used in the evaluation of submittal packages received in response to this solicitation. NASA will consider the immediate past 5 years as the period of time for evaluation under factors 1 and 2. Specialized experience and technical competence. Selection Weight, 40 percent Past performance on contracts with Government agencies and private industry in terms of technical performance, cost control, timeliness of performance, management effectiveness, and overall customer satisfaction. Selection Weight, 25 percent Professional qualification necessary for satisfactory performance of required services. The design team qualifications as they relate to the specialized experience and technical competence required for this project should be stated. Selection Weight, 15 percent Capacity to accomplish multiple Task Orders simultaneously and high volume workload over the life of the contract will be assessed through examination of staffing reported on SF 330. Selection Weight, 15 percent Location of the essential staff for this project in the general geographical area of the project with knowledge of the locality of the project including local building codes and permitting agencies, 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 This solicitation is NOT a small business set-aside; it will be conducted under full and open competition procedures allowing maximum participation from large and small businesses. The NAICS Code and small business size standard for this procurement is 541330 and $14 million respectively. SMALL BUSINESS SUBCONTRACTING PLAN GOALS (applicable to Selected Large Businesses) The contracting officer has determined small business subcontracting possibilities exist and has established an overall IDIQ small business subcontracting goal of 8%. The following small business subcontracting goals for historically black colleges and universities, small disadvantaged business (to include 8(a), HUBZone, service-disabled veteran-owned small business, veteran-owned small business, women-owned small business, and small business concerns for contracts awarded to large businesses.The recommended small business subcontracting goals are for the overall IDIQ contract (including all Task Orders) and are provided for informational purposes only and are not legally binding. SMALL BUSINESS TYPESubcontracting Goal HBCU0% 8(a)0.56% SDB0.61% HUBZone 0.38% SDVOSB1.27% VOSB2.40% WOSB2.45% SB8.00% In accordance with FAR 52.219-9, Alternate II (October 2001), Small Business Subcontracting Plan (SBSP), apparent successful offerors, who are large businesses, shall submit an acceptable IDIQ Small Business Subcontracting Plan to the Contracting Officer to be eligible for award. The apparent successful large business firms shall provide a Small Business Subcontracting Plan within 7 days from the date requested by the Government (Do Not Submit SBSP as part of the original proposal). When defining the basis on which small business subcontracting goals are to be proposed, the contractor shall use the IDIQ maximum ordering value of $8,000,000. Apparent successful offerors, who are large businesses, failing to negotiate an acceptable IDIQ Small Business Subcontracting Plan with the Contracting Officer, will be ineligible for award. FORWARD PRICE RATE AGREEMENT For the purpose of simplifying and increasing efficiency in the negotiation and execution of Task Orders against the IDIQ, the apparent successful offeror shall submit an acceptable Forward Price Rate Agreement (FPRA) Proposal to the Contracting Officer to be eligible for award. The apparent successful offerors shall provide a FPRA proposal within 7 days from the date requested by the Government (Do Not Submit FPRA proposal as part of the original proposal). The FPRA proposal shall include, but is not limited to, a description of direct labor categories, direct labor rates, annual escalation of all rates, G&A rates, overhead rates, Computer Assisted Design rates, and other recurring costs. Where practicable, the contractor may provide Fixed Price Rates for Unit Pricing Elements. The FPRA proposal will be negotiated and a formal Forward Price Rate Agreement will be incorporated into the resultant IDIQ contract.Apparent successful offerors, who fail to negotiate an acceptable FPRA with the Contracting Officer, will be ineligible for award. The contractor agrees to submit a Certificate of Current Cost or Pricing Data, as required by FAR 15.406-2(a), for all Task Orders and modification exceeding $700,000. SAFETY AND HEALTH PLAN NFS 1852.223-73 (NOVEMBER 2004) (a) The offeror shall submit a detailed safety and occupational health plan as part of its proposal (see NPR 8715.3, NASA Safety Manual, Appendices).The plan shall include a detailed discussion of the policies, procedures, and techniques that will be used to ensure the safety and occupational health of Contractor employees and to ensure the safety of all working conditions throughout the performance of the contract. (b) When applicable, the plan shall address the policies, procedures, and techniques that will be used to ensure the safety and occupational health of the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), and high-value equipment and property. (c) The plan shall similarly address subcontractor employee safety and occupational health for those proposed subcontracts that contain one or more of the following conditions: (1) The work will be conducted completely or partly on premises owned or controlled by the government. (2) The work includes construction, alteration, or repair of facilities in excess of the simplified acquisition threshold. (3) The work, regardless of place of performance, involves hazards that could endanger the public, astronauts and pilots, the NASA workforce (including Contractor employees working on NASA contracts), or high value equipment or property, and the hazards are not adequately addressed by Occupational Safety and Health Administration (OSHA) or Department of Transportation (DOT) regulations (if applicable). (4) When the assessed risk and consequences of a failure to properly manage and control the hazards warrants use of the clause. (d) This plan, as approved by the Contracting Officer, will be included in any resulting contract. The Safety and Health plan will not be part of the initial selection criteria.Offerors, who fail to provide an acceptable Safety Plan, will be ineligible for award. PAST PERFORMANCE QUESTIONNAIRE COPIES Offerors shall provide the Past Performance Questionnaire (Attachment 1 of this Synopsis/Solicitation) to each past performance customer contacts identified in sections E and F of SF330. NOTE: The offeror is required to complete the THIS SECTION TO BE COMPLETED BY THE OFFEROR area prior to sending the questionnaire to its customers. Offerors shall request customers to submit the completed questionnaires to the below e-mail address before 4:30PM local time on 7/19/2012. A sample cover letter is provided as part of Attachment 1. Past Performance Questionnaires will not be accepted directly from offerors.Questionnaires shall be returned directly from the offerors past performance customer contact via email to the NASA Contracting Officer listed below: Name:Rich Johanboeke, Email:RICHARD.M.JOHANBOEKE@NASA.GOV To streamline the proposal review process, offerors proposal shall include copies of the first page of each past performance questionnaire that the offeror sent to each customer contact identified in sections E and F of SF330. PROPOSAL REQUIREMENTS The proposal submittal, including the SF 330 Parts I and II shall not exceed thirty (30) pages and shall include any information the firm feels may be of benefit to it in the evaluation and selection process. Offers exceeding the maximum page limitations will have the extra pages removed prior to evaluation and information contained in the removed pages will not be evaluated. The following will not count towards the 30 page count: transmittal cover pages, tab pages, copies of the first pages of past performance questionnaires that the offerors are required to include in their proposal submittals and the Safety and Health Plan. Offerors may submit on single or double sided sheets, but shall not exceed the 30 page limitation. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least one inch margins on all sides (fold out sheets will be counted as multiple pages in accordance with their size). Offerors may include 11 X 14 inch paper for the exclusive presentation of tables or figures. Each 11 X 14 inch page will be considered 2 pages when printed on one side and considered 4 pages when printed on both sides. Font size shall be no smaller than 12 characters per inch. The SF330 form is exempt from the margin and character size limits; follow the SF330 instructions for input into this form. The 1 margin and 12 characters per inch limits are applicable to pages formatted by the Architect/Engineering firm. The unit of characters per inch is associated with mono spaced fonts such as Courier where 12 characters per inch is equivalent to 10 point font. Use a legible font of size 10 point or larger. All questions must be submitted in writing via email to the NASA Contracting Officer listed below: Name:Rich Johanboeke Email:RICHARD.M.JOHANBOEKE@NASA.GOV Subj: NNK12CA05RR Architect-Engineer Services, Design, and Other Professional Services Required to Rehabilitate, Modernize or Provide Structural Systems for Existing or New Facilities Telephone questions will NOT be accepted. Questions shall be submitted before 4:30PM local time on 7/12/2012. Questions received after that date will be considered, but may not be answered. One original and four copies of the proposal submittals shall be delivered to: KSC Central Industry Assistance Office (CIAO), Building N6-1009 at 7110N. Courtenay Parkway, Room 100, Merritt Island, FL 32953 before 4:30PM local time on 7/26/2012. The outer wrapping of the proposal package shall be clearly marked: Richard M. Johanboeke NASA Contracting Officer OPCS NASA John F. Kennedy Space Center Kennedy Space Center, FL 32899 ATTN: Subj: NNK12CA05RR Architect-Engineer Services, Design, and Other Professional Services Required to Rehabilitate, Modernize or Provide Structural Systems for Existing or New Facilities The CIAO building is located on State Road 3, approximately 2 miles south of Gate 2 to KSC. Access to KSC, and a security clearance to access the CIAO, is not required. All proposals delivered prior to the referenced due date, whether delivered by the Offeror or by commercial courier, must be delivered to the CIAO Building between the hours of 8:00am and 4:00pm, Monday through Friday, except legal holidays. Hand-Delivered Offers: Offerors are responsible for assuring that hand-carried bids are either received by NASA Government employees at the CIAO or dropped in the CIAO mail box located outside of the building. Offerors are advised to obtain a copy of the proposal date and time stamp from a NASA Government employee at the CIAO. Late Delivery of Offers/Bids: Late offers/bids will be processed in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. Submittals received after the specified closing date and time will be considered late and will not be evaluated. This synopsis/solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-48. All Contractors conducting business with the Government are required to register in the Central Contractor Registration Database (CCR). In accordance with FAR Clause 52.204-7, an offeror submitting an offer in response to this synopsis / solicitation acknowledges the requirement that a prospective contractor shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration in the CCR database. Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. FAR 52.222-24 -- Preaward On-Site Equal Opportunity Compliance Evaluation (Feb 1999) FAR 52.233-2 - Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Richard M. Johanboeke NASA Contracting Officer OPCS NASA John F. Kennedy Space Center Kennedy Space Center, FL 32899 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. NASA FAR Supplement Provision 1852.233-2 Protests To NASA (Oct 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code H, Washington, DC 20546-0001. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12CAO5RR/listing.html)
 
Record
SN02785447-W 20120627/120625235417-e60a8c041c82dc8c89d51867b62cbdd7 (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 |
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.