|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1995 PSA#1304NASA, John F. Kennedy Space Center, Kennedy Space Center, FL 32899 C -- REPLACEMENT OF DIRECT EXPANSION (DX) UNITS AT THE LOGISTICS
FACILIY AT THE KENNEDY SPACE CENTER SOL R-122 DUE 041795 POC Carol
Neeley, Contract Specialist, OP-ESO-A, 407-867-3406 Jack Massey,
Contracting Officer. C - Professional Services Required for the
Replacement of Direct Expansion (DX) Units at the Logistics Facility,
K6-1547, on Kennedy Space Center (KSC), Florida (R-122) 100% Small
Business Set-Aside with subcontracting limitations in accordance with
FAR 52.219-14. This synopsis specifies the Government's requirement,
there is no separate solicitation package. No more than one copy of the
A&E's response to this notice is required. An A&E firm will be selected
to provide professional services and design for the replacement of the
12 Logistics Facility roof mounted DX air handling units (AHU's).
Project Change Number (PCN) is 96534 and is budgeted for FY-97 funding.
An A&E firm will be selected to develop a detailed complete design
package, provide studies and surveys, and at the discretion of KSC,
perform other professional and incidental services for the replacement
of the DX AHU's at the Logistics Facility, K6-1547, located on
Contractor's Road at KSC, Florida. The performance of other
professional and incidental services may include project and
construction management support in all phases of the work throughout
the design, advertise, award, and construction phases. This may include
answering prospective bidders questions, review of shop drawings,
resolution of problems, the providing of inspection services in the
post design phase, preparation of record drawings, and the preparation
of operations/maintenance, system analysis and permitting
documentation. This project shall be designed using the International
System of Units (SI). With the exception of a conversion table on the
cover sheet of the design drawing, all dimensioning shall be
exclusively in metric units. Where possible/practical, all specified
materials shall be American-made ''hard'' metric products. The A&E
shall provide a justification for any non-''hard'' metric materials
specified. The project scope includes the replacement of 12 existing
roof-top DX AHU's with new chilled water (CHW) AHU's. These AHU's serve
a 333,000 square foot building consisting of office areas, warehouse
storage areas, and Class 100,000 cleanroom storage areas. Existing
AHU's shall be demolished. Location of new AHU's to be determined. The
location options include existing roof-top, new indoor mechanical
room, and new mechanical room or covered area. CHW shall be supplied
via new underground CHW piping, to be connected to the existing system
(currently being installed on Contractor's Road). New variable speed
CHW distribution pumps for the building are required. These pumps will
be new tertiary pumps within the existing primary/secondary/tertiary
CHW pumping system in the VAB Utility Annex area. Work also includes
design for ductwork modifications, CHW piping distribution within the
existing building, structural supports for mechanical components, roof
repair, (possible) new mechanical pump house building, Electrical AC
power modifications, Controls, and Validation/Acceptance testing of the
complete renovated Heating/Ventilation/Air Conditioning (HVAC) system.
The detailed design effort will be completed within approximately 240
days and the estimated construction bid cost for the project is
approximately $1.5 million. The professional services required for
these tasks may include, but may not necessarily be limited to,
conducting field investigations, surveys, (including topographical and
asbestos surveys), analysis, calculations, and the preparation of
applicable reports, studies, design and specifications for a
fixed-price construction package. The selected A&E firm must have the
capacity to provide all the personnel to perform all the work
identified. The design package prepared by the A&E firm will include a
detailed cost estimate. The approved designs will be utilized for the
advertising and award of separate, fixed price construction contracts.
The selected A&E firm must have demonstrated experience in the types of
system design mentioned above as well as knowledge of applicable codes,
standards and specifications as they relate to the subject project, and
must have experience in designing for energy efficiency. The selected
A&E firm must demonstrate familiarity with the metric system and must
demonstrate an ability to design in metric units. The tasks will
require multi-disciplined engineering skills for performance of the
required work and the selected A&E firm will be required, as a minimum,
to have on the proposed project staff the following: one (1) civil
engineer familiar with facility and utility site work design (including
environmental engineering), one (1) structural engineer familiar with
facility structural design, one (1) architect familiar with facility
design, one (1) mechanical piping engineer familiar with design of
underground and above ground HVAC piping systems, one (1) mechanical
engineer familiar with detailed design of HVAC systems (including all
ASHRAE calculations required), one (1) electrical engineer familiar
with facility electrical AC power design, one (1) electrical engineer
familiar with fire detection system design, and one (1) electrical (or
mechanical) engineer familiar with controls design for HVAC systems.
The selected A&E firm must also have on staff one (1) experienced cost
estimator, as well as the dedicated management personnel necessary to
perform in all areas of the work. The following evaluation factors are
in descending order of importance and will be used in the evaluation of
all A&E submittals for this project. NASA will consider the immediate
past 10 years as the period of time for evaluation under factors (1)
and (2). 1. Specialized experience and technical competence in the type
of work required. 2. Past performance on contracts with Government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules. 3. Professional
qualifications necessary for satisfactory performance of required
services. 4. Capacity to accomplish the work in the required time. 5.
Location of the essential staff for this project (or a commitment to
locate) in the general geographical area of the project and knowledge
of the locality of the project, provided that application of this
criterion leaves an appropriate number of qualified firms, given the
nature and size of the project. 6. Volume of work (A&E Fees) previously
awarded to the firm by NASA during the last ten years with the object
of effecting an equitable distribution of contracts among qualified
architect and engineer firms, including minority-owned firms and firms
that have not had prior NASA contracts. As a part of your submittal,
provide in order of the above factors, a specific response to each
factor. A&E's responding to this notice should submit, along with the
Standard Forms 254 and 255, any additional information that they deem
to be of benefit to their firm in the selection process. The proposed
design team qualifications as they relate to the specialized experience
and technical competence required for this project should bY}statYr.
SI8c8711 with afor responding to this notice is close of business
4/15/95. Offerors are cautioned that submittals received after the
specified closing date may be considered late---see note 24---all
references in numbered Note 24 to the Department of Defense shall be
changed to read National Aeronautics and Space Administration.
Technical questions should be directed to Mr. R. A. Armstrong, Mail
Code, DF-FSO, telephone 407 -867-7517. Submittals should be made in
writing to NASA, John F. Kennedy Space Center, Mail Code: OP-CIAO,
Building N6-1009, Kennedy Space Center, FL 32899. Please reference
R-122 in responding. See Numbered Note(s): 1, 24. (0073) Loren Data Corp. http://www.ld.com (SYN# 0025 19950315\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|