NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

AE SERVICES 2009


Synopsis - Oct 30, 2008
AMENDMENT NUMBER ONE - Posted on Nov 11, 2008

General Information
Solicitation Number: N/A
Reference Number: 3-AnE-Services-2009
Posted Date: Oct 30, 2008
FedBizOpps Posted Date: Oct 30, 2008
Original Response Date: N/A
Current Response Date: N/A
Classification Code: C -- Architect and engineering services
NAICS Code: 541310 - Architectural Services
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This is a notice for firms to furnish Architectural and Engineering (A/E) Services in support of the NASA Glenn Research Center (GRC), Cleveland, Ohio, and the NASA Plum Brook Station, Sandusky, Ohio. These services are required for projects to rehabilitate, repair, construct, modify, or demolish research and institutional facilities including test cells, laboratories, buildings, electrical systems, mechanical systems, pavements and roads, and utility systems. The project size will typically be less than $5,000,000 total construction cost. These projects will be issued to selected firms/teams on an Indefinite Delivery, Indefinite Quantity (IDIQ) task-order basis.

THIS IS A 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 541310 and $4.5 million in three-year average annual receipts for determining whether or not a business is small.

Required services for projects may include the preparation of conceptual engineering studies and final designs. Final designs typically include multi-discipline field investigation, engineering and drafting, implementation planning, construction bid documents preparation and cost estimating. The disciplines required include project management, architectural, civil, structural, mechanical, and electrical engineering.

Engineering project management experience shall include the ability to lead teams (multi-disciplined and cross organizational) and control cost, quality of work and compliance with performance schedules. Demonstrated cost control for both design and construction is desirable. That is, clear requirements are defined prior to final design to minimize scope changes, designs support accurate construction estimates that result in bids within budget, and during construction field change orders are minimized.

Specific expertise shall include architectural building systems, interior design, structures, pavements (roads and parking areas), site development (including landscaping), heating, ventilating and air conditioning, plumbing, fire protection (certified in the state of Ohio), sanitary and storm sewers, natural gas, low and high pressure steam, domestic water, chilled water, cooling tower water, electrical power distribution (including low voltage up to 600 volts and high voltage from 2.4kv to 138kv), controls, lighting, fire and smoke detection, life safety, lightning protection, and grounding. Some designs will require structural analyses, piping network flow analysis, piping flexibility analysis, electrical short circuit analysis and coordination studies, and hazard analysis.

Specialized services, such as environmental sampling, design and remediation, security systems design, and logistics system design may periodically be required. There may also be a need for related services such as construction management and engineering support during construction including field investigation, review and approval of submittals and shop drawings, response to Requests for Information, response to differing site conditions, review of drawings, specifications and field changes, and preparation of schedules and cost estimates.

The A/E shall be required to have Leadership in Environmental and Energy Design (LEED) accredited professionals assigned to designated NASA projects to coordinate the LEED process (including documentation during construction). Some projects may require the A/E firm to provide a third party commissioning authority. Designated projects shall require a minimum LEED Silver Certification by the U. S. Green Building Council. NASA requires that sustainable design principles be incorporated into all projects.

The A/E shall be required to have internal quality control processes that are utilized during the execution of the above work. Engineering drawings shall be stamped by a licensed professional engineer or registered architect. In addition, past experience in the use of Building Information Modeling (BIM) is desirable.

The contract will have a base period of one year, with four one-year options. The Government reserves the right to make multiple awards to one or more selected firms. Future tasks issued under the contract will be firm-fixed price. Firms shall respond to the following criteria addressing all requirements of this synopsis. Prospective firms will be evaluated on these criteria in order of importance:

(1) Past performance of the firm and any subcontracts and consultants as demonstrated by their project portfolio. Past performance with the Federal Government as well as prior experience having worked together as a team is desirable.

(2) Staff qualifications and experience as demonstrated by individual resumes of key personnel assigned to this contract.

(3) Staffing capacity and flexibility to accomplish the work.

(4) Location of the A/E firm and any subcontracts and consultants.

The above criteria addressing the specialized experience, technical competence and past performance shall be limited to the immediately preceding ten years.

SUBMISSION REQUIREMENTS; To be considered, firms shall submit a Standard Form 330 (SF-330), One Original and One copy, clearly marked to be received in this office on or before close of business thirty (30) calendar days after appearance of this announcement (should the date fall on a weekend or holiday the SF-330 will be due the first workday thereafter). The Four Evaluation Criteria: Past Performance, Staff Qualifications, Staffing Capacity and Flexibility; and Location shall be addressed in Section H of the SF-330 Form. THE SF-330 SHALL BE RECEIVED ON OR BEFORE December 1, 2008. THIS IS NOT A REQUEST FOR PROPOSAL. Submissions shall be addressed to Erick N. Lupson, Contracting Officer, Mail Stop 500-312, NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135. The Government reserves the right to award this work in separate contracts for the above Architect and Engineering Services to one or more selected A/E firms. See note 24. Provisions of Note 24 apply to this notice except that (a) in the sentence beginning “Selection of firms for negotiations”, the fourth additional consideration listed is changed to read” “(4) past experience, if any, of the firm with respect to performance on contracts 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”.


Point of Contact
Name:Erick N. Lupson
Title:Contracting Officer
Phone:216-433-6538
Fax:216-433-5489
Email:Erick.N.Lupson@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: