Loren Data Corp.

'

  
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