COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 C -- CONSTRUCTION SURVEILLANCE AND INSPECTION MANAGEMENT SERVICES AT
MSFC, HUNTSVILLE, ALABAMA SOL AE-3-00 DUE 081400 POC Sandra S. Johnson,
Contract Specialist, Phone (256) 544-6698, Fax (256) 544-9162, Email
sandra.johnson@msfc.nasa.gov -- Timothy P. Crabb, Contracting Officer,
Phone (256) 544-0365, Fax (256) 544-9162, Email
tim.crabb@msfc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#AE-3-00.
E-MAIL: Sandra S. Johnson, sandra.johnson@msfc.nasa.gov. The
Architect-Engineering services to be provided under this procurement
consist of the following: Provide construction surveillance and
inspection services pertaining to facilities construction projects at
MSFC, Huntsville, Alabama. These projects include advanced propulsion
and payload test facilities, critical data processing and communication
facilities, and highly specialized laboratories. Services shall include
construction project surveillance, inspections, test monitoring,
schedule coordination, utility outage coordination, report/status
preparation, and the maintenance of all construction documentation. The
selected firm will also be responsible for review and evaluation of
work completed, progress schedules (CPM), all contractor submittals,
request for information, and plans/reports submitted by construction
contractors. Construction surveillance and inspection services for
approximately 2 major projects (>$5M), 10 to 15 minor projects
($500K to $1.5M), and approximately 300 small construction projects
(<$500K) are anticipated annually, under a variety of conditions,
constraints, and contract types. This effort requires services and
specialized technical expertise not typical to standard commercial
construction. These services are not staff positions but must be
available on an as-required basis from within the organization. Also,
the ability to properly staff the program quickly with properly
certified, experienced personnel and to respond to varying levels of
manpower during the duration of the contract is necessary. Significant
experience in management systems and construction experience and
expertise to adapt and customize current systems to MSFC specific
requirements is required to meet the challenge of MSFC's current
programs. These services require quick responses to program, technical,
or management challenges. The selected firm will represent the
Government to ensure construction is of highest quality in accordance
with contract documentation and applicable codes and standards.
Thecontractor's construction inspection staff shall consist of only
experienced construction inspectors. Adequate office and field space
will be provided by the Government to the selected firm. The Government
anticipates a fixed price contract with a one year base period of
performance with an estimated start date of 9/7/2000 and four (4)
one-year options not to exceed five (5) years. Firms responding to this
synopsis should include appropriate information regarding any
consultants or associates to be used and should include the
Identification Number AE-3-00 in their submitted Standard Forms 255 and
254 and accompanying letter of transmittal. A/E firms that meet
requirements described in this announcement are invited to submit a
Standard Form 255, Architect Engineer and Related Services
Questionnaire for Specific Project and appropriate data as described in
Numbered Note 24 to the attention of Sandra Johnson at the address
shown no later than 30 days from the date of this publication.
Evaluation criteria and all other provisions of Numbered Note 24 shall
apply to this notice except that (a) in the sentence beginning
"Selection of firms for negotiations," the fourth additional
consideration is changed to read "(4) past experience, if any, of the
firm with respect to performance with NASA, other Government Agencies,
and private industry;" and (b) in the last sentence, "National
Aeronautics and Space Administration" is substituted for "Department of
Defense." Evaluation criteria are listed below: (1) Professional
qualifications necessary for satisfactory performance of required
services; Firms must show evidence of being highly qualified in
construction management, profile code 021. (2) Specialized experience
and technical competence in the type of work required, including,where
appropriate, experience in energy conservation, pollution prevention,
waste reduction, and the use of recovered materials; Firm must show
evidence of being highly qualified in construction inspection processes
and documented inspection criteria and/or checklists. The evaluation of
specialized experience and technical competence shall be limited to the
immediately preceding ten years. (3) Capacity to accomplish the work in
the required time; Selected firm must show ability to perform services
with in-house personnel with industry certification in appropriate
specialties. (4) Past performance on contracts with Government agencies
and private industry in terms of cost control, quality of work, and
compliance with performance schedules; The evaluation of past
performance shall be limited to the immediately preceding ten years.
(5) Location in the general geographical area of the project and
knowledge of the locality of the project is desirable; However,
nationwide firms will be considered to provide an appropriate number of
qualified firms, given the nature and size of the project. (6) The
volume of work previously awarded to the firm by NASA, with the object
of effecting an equitable distribution of contracts among qualified
architect-engineer firms,including minority-owned firms and firms that
have not had prior NASA contracts. (7) Number of quality Control
personnel (includes construction management, inspectors and field
engineers): 15 or more. (However, an attachment to the Standard Form
254, providing binding letters of commitment for proposed quality
control personnel who are not presently employed by the firm, will be
considered). (8) Total number of employees: 22 or more. This notice is
intended to provide sufficient information for the preparation of a
Standard Form 255. All firms that respond must submit their Standard
Forms 255 and 254 based on information contained in this notice and
should not contact MSFC officials by letter or telephone to request
additional information. Additional information will not be furnished at
this time. Firms responding to this synopsis should include the
Identification Number AE-3-00 in their submitted Standard Form 255 and
accompanying letter of transmittal. The address for all overnight
packages is: NASA, Marshall Space Flight Center, Attn: PS31K/Sandra
Johnson, Morris Road, Building 4250, Room 36, Marshall Space Flight
Center, AL 35812 (located near Huntsville, AL.) THIS IS NOT A REQUEST
FOR PROPOSAL. SEE Note 24. Posted 07/24/00 (D-SN477933). (0206) Loren Data Corp. http://www.ld.com (SYN# 0033 20000727\C-0003.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|