Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586

Kennedy 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