|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,1995 PSA#1303NASA Dryden Flight Research Center, Mail Stop D-1044/XAA/MXS, P.O. Box
273, Edwards, CA 93523-0273 C -- A&E SERVICES FOR THE PREPARATION OF DRYDEN FACILITIES MASTER PLAN
SOL RFO4-00024(MXS) DUE 041095 POC Contact Point: Monique M. Sullivan,
Contracting Officer, (805) 258-2593, FAX (805) 258-2904 This is a 100%
small business set-aside based on the standard and related SIC code of
$2,500,000 and 8712, respectively. Services include, but are not
limited to the preparation of original and update of old existing
master plan, special planning studies, capital improvement plans, air
installations compatible use zones (AICUZ) studies, engineering
evaluations (EE's), development of basic facility requirements (BFR's)
and economic analysis, land inventory analysis and studies and visual
presentations, graphics and manuscript preparation related thereto.
The work will include the production of most documents in a multimedia
electronic data base. Field verification survey work will also be an
ancillary part of the planning process. The A-E will be required to
handle classified material during the course of the work. The firm will
be required to obtain a security classification of SECRET. The selected
A-E may be required to participate in a pre-fee meeting within seven
days of notification and provide a fee proposal within ten days of the
meeting. The contract will be a one-time only firm-fixed fee project.
Estimated date of contract award is July, 1995. Selections may be
subject to an advisory audit performed by the Defense Contract Agency.
The following selection evaluation criteria, in relative order of
importance, will be used in the evaluation of A-E firms: (1)
Professional qualifications of firm and staff proposed in the field of
master planning of aeronautical research or military base
environments. (2) Specialized recent experience and technical
competence of particular staff members in CADD drafting and computer
file entry and development on the Internet via MOSAIC or NETSCAPE. (3)
Location in general geographical area of the project and knowledge of
the locality, with capability of maintaining the CADD and computer
data entry technicians on-site at Dryden during the technical
production phases of the project. (4) Capacity to accomplish the work
in time. (5) Past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules. (6) Architect-Engineer firm's
master planning quality control practices/techniques. (7) The dollar
volume of work previously awarded to the firm by NASA during the last
five years, with the object of effecting an equitable distribution of
NASA contracts among qualified A-E firms and firms that have not had
NASA contracts. Each firm's past performance and performance rating(s)
will be reviewed during the evaluation process and can affect the
selection outcome. All A-E firms which meet the requirements described
in this announcement are invited to submit complete, updated Standard
Forms 254, Architect-Engineer and Related Services Questionnaire, and
255, Architect-Engineer and Related Services Questionnaire for
Specific Project, to the office shown above. Firms responding to this
announcement within 30 calendar days from publication date will be
considered. Firms must submit forms to the NASA Dryden Acquisition
Branch by 3:00 pm, PST, on the closing date. Should the due date fall
on a weekend or a holiday, Standard Forms 254 and 255 will be due on
the first workday thereafter. This is not a request for a proposal.
(0072) Loren Data Corp. http://www.ld.com (SYN# 0009 19950314\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|