|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586Kennedy Space Center, FL 32899 C -- DESIGN AND OTHER PROFESSIONAL SERVICES REQUIRED TO RETROFIT THE
LAUNCH CONTROL CENTER (LCC) LIGHTING SYSTEM AND CEILING GRIDS AT NNEDY
SPACE CENTER (KSC), FLORIDA SOL R-131 DUE 053196 POC Denise Bressler,
Contracting Officer, OP-ESO-A, 407-867-7230 Roy Colvin, Contracting
Officer. This project is set-aside for 100% Small Business. 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 develop a
complete design and construction package to be used for a competitive
bid/fixed price contract for the procurement and installation at KSC of
the LCC (K6-900) Lighting System and Ceiling Grids Retrofit. The
project number is PCN 96577. The A&E is to provide construction
drawings, specifications, and any ancillary investigations and studies
necessary to develop a design package to be used for competitive
bid/fixed price construction contract for the procurement and
installation at KSC of the LCC Lighting System and Ceiling Grids
Retrofit, including, energy efficient lighting installation, lighting
power distribution replacement, ''EXIT'' lighting replacement,
emergency egress lighting replacement, and asbestos abatement. The
design will provide for wiring, conduit, panels, acceptance testing,
and other items as needed to make a complete design package. The A&E
may also provide technical services during the construction period to
review shop drawings, test procedures, witness tests and other similar
items and may be required to provide inspection and design services
during the construction period. Finally, the A&E will provide project
management for all elements of the assigned work starting with design
and ending upon completion of activation of the facility system so that
it is operationally ready to support KSC operations. All packages
prepared by the A&E firm will include detail cost estimates. Approved
designs will be utilized for the advertising and award of fixed price
construction contracts. The individual tasks will result in a design
package ranging in construction value up to $2,000,000. All tasks will
require multi-discipline engineering skills for performance of the
required work. To be considered for this work, the A&E shall have all
required disciplines on their project staff.. The selected A&E firm's
project staff must include, as a minimum, specialists in the following
engineering disciplines, three (3) electrical engineers experienced in
medium & low voltage electrical power distribution systems and energy
efficient lighting, as well as one (1) structural engineer, one (1)
civil/environmental engineer experienced with asbestos abatement, one
(1) mechanical engineer, and one (1) architect. All the engineers shall
have experience and knowledge of retrofitting electrical systems and
modifying existing facility systems. 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.(selection weight, 35 percent)
2. Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, compliance with
performance schedules, and success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design.(selection weight, 25 percent) 3. Professional
qualifications necessary for satisfactory performance of required
services.(selection weight, 15 percent) 4. Capacity to accomplish the
work in the required time.(selection weight, 10 percent) 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. (selection weight, 10 percent) 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.(selection
weight, 5 percent) As a part of your submittal, provide in order of the
above factors, a specific response to each factor. Specify A&E Fees, if
any, received by prime contract with NASA. 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 be stated.. Closing date for responding to this
notice is close of business May 31, 1996. 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-ESO-A, Kennedy Space Center, FL 32899. Please reference R-131
when responding. See Numbered Note(s) 1 and 24. An ombudsman has been
appointed to hear concerns from offerors, potential offerors, and
contractors during the preaward and postaward phases of this
acquisition -- The purpose of the ombudsman is not diminish the
authority of the contracting officer or the selection official, but to
communicate concerns, issues, disagreements, and recommendations of
interested parties to the appropriate Government personnel and to work
to resolve them -- When requested, the ombudsman will maintain strict
confidentially as to the source of the concern -- The ombudsman does
not participate in the evaluation of quotes, the source selection
process, or the adjudication of formal contract disputes -- Interested
parties are invited to call the installation ombudsman, Mr. J. A.
Thomas at 407-867-2355. Concerns, issues, disagreements, and
recommendations which cannot be resolved at the installation may be
referred to the NASA ombudsman, Mr. Thomas S. Luedtke at 202-358-2090.
(0121) Loren Data Corp. http://www.ld.com (SYN# 0016 19960501\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|