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

ON SITE ENGINEERING SERVICES AT GEORGE C. MARSHALL SPACE FLIGHT CENTERS MICHOUD ASSEMBLY FACILITY NEW ORLEANS LOUISIANA


Synopsis - Jun 18, 2008
AE4-08. Amendment 1 - Posted on Jul 11, 2008

General Information
Solicitation Number: N/A
Reference Number: AE4-08
Posted Date: Jun 18, 2008
FedBizOpps Posted Date: Jun 18, 2008
Original Response Date: Jul 21, 2008
Current Response Date: Jul 21, 2008
Classification Code: C -- Architect and engineering services
NAICS Code: 541330 - Engineering Services

Contracting Office Address
 
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description
 
NASA/MSFC plans to issue a Request for Proposal (RFP) for the following Commercial item/services:

The Architect-Engineering (A-E) services to be provided under this procurement consist of (1) A-E design services, (2) special studies, (3) construction support, and (4) total building commissioning for facility modification, repair, construction and maintenance projects at the George C. Marshall Space Flight Center’s Michoud Assembly Facility (MAF) in New Orleans, Louisiana. The majority of the facilities at MAF are in direct support of MAF’s mission to manufacture complex space systems and include laboratories, flight vehicle manufacturing,test facilities and office buildings. MAF is undergoing a transition period wherein new NASA projects are initiating activities at MAF and other NASA projects are closing out activities at MAF. As such, the services below may be phased in based on service requirements and availability of contract funds. The selected firm will provide these services on-site at MAF.

A-E design services include, but not limited to, preparing architectural, civil, structural, environmental, electrical, mechanical, fire protection, building automation system, and multi-discipline project designs in support of local and CoF projects at MAF (Note: local projects are defined as projects having construction costs less than $500K, with CoF projects being those having construction costs greater than $500K). Effort will also include development and checkout of programs for Programmable Logic Controllers (PLC) for manufacturing support systems and facilities and Distributed Control Systems (DCS) for utility controls. Project designs will include criteria development, construction drawings, calculations, specifications, and cost estimates. MAF has an energy management system that monitors and controls equipment and systems in the various buildings. Design services for the addition/modification of hardware due to addition or modification of HVAC or related equipment will be required. In addition to project designs, the selected firm will perform surveys, geotechnical analysis, and as-built drawing preparation (CoF and local projects). All facility projects will incorporate facility sustainability in planning, design, and construction. New construction will be Leadership in Energy and Environmental Design (LEED) certified.

Special studies will pertain to facilities, land use, and other infrastructure. These studies typically involve a technical assessment which may require field investigation, historical research, sketch/drawing preparation, cost estimates, and a written report documenting the results/recommendations of the study. These special studies may be requested to address an infrastructure concern, potential enhancement or other site condition.

Construction support includes: (1) providing construction inspection and quality control for all phases of construction; (2) providing test monitoring and documentation to verify construction and maintenance projects are in accordance with the contract drawings and specifications; (3) conducting evaluations and reviews of all required submittals for the project; (4) providing technical support for disposition of all Requests for Information, Design Change Requests, and Change Items. Construction support is applicable to both CoF projects and local projects.

Total building commissioning includes providing a building commissioning agent throughout the design and construction to provide technical support of total building commissioning for new buildings. The commissioning agent will also be responsible for supporting the commissioning of existing buildings.

The magnitude of MAF’s annual local program is anticipated to include 5 to 150 projects having construction costs between $2K and $50K and 2 to 20 projects having construction costs between $50K and $500K. Total annual construction value is anticipated to be between $2M to $5M. MAF’s annual CoF program is anticipated to include between $10M to $40M of building, structure, and utility system repairs, alterations, modifications, and construction. The annual CoF program historically consists of between four and eight projects each having a construction cost greater than $500K.

The following is a listing of criteria that will be used in the preliminary screening of the A-E firms responding to this announcement. A-E firms must meet these requirements to be considered for the work: 1. Provide a completed Standard Form 330 and submit appropriate data as described in Government-Wide Numbered Note 24. Use solicitation number AE4-08 on all information submitted in connection with this announcement. 2. Submit proposals that include a management plan, including an organization breakdown showing the capacity to perform the work as listed above. Proposals that include a “Partnering” approach with multiple branch offices, firms, consultants, subcontractors etc., must show the division of labor between the partners. The A-E shall clearly define the capabilities and size of the lead/proposing office. Other company resources and experience should be shown separate from the lead office’s resources and experience. Proposals must address the ability to accommodate a contract funding profile that may vary depending on required contract services and available funds. 3. Demonstrate that the proposed contract Construction Managers/Inspectors (CMI’s) that will execute the construction phase services and value engineering are trained and experienced in construction management and inspection of industrial facilities. 4. Demonstrate that the proposed contract Commissioning Agent (CA) that will execute the total building commissioning services is a mechanical engineer and a Certified Energy Manager (Association of Energy Engineers) with experience in the design and commissioning of mechanical systems. The commissioning agent shall have experience using energy analysis software such as DOE-2, Trane Trace, Carrier E20-II, etc. 5. The proposals must show a capacity that includes a minimum of the following disciplines. This can include a combination of the corporate, and branch and/or partner offices within the United States: • Minimum of 5 electrical engineers. • Minimum of 5 mechanical engineers. • Minimum of 3 architects. • Minimum of 3 structural engineers. • Minimum of 3 civil engineers. • Minimum of 5 CMI’s. • Minimum of 5 cost estimators. 6. Have registered professionals on-site that will stamp all work provided. 7. Have the proposing firm’s office located within 500 miles from the MAF Plant. The A-E shall clearly define the location of the proposing office. 8. Have a minimum of 50 employees located at the proposing firm’s office.

Factors to be scored (100 maximum points) in the selection process include: (1) Specialized experience and demonstrated capabilities in the restoration, modernization and renovation design for office, laboratory and test and manufacturing facilities (50 points); (2) Past Performance on A-E contracts at MAF, other government agencies and private industry over the last 10 years (20 points); (3) Capacity to perform the work (15 points); (4) Professional Qualifications (5 points); (5) Previous MAF Contracts (5 points) and (6) Geographical Location (5 points).

This is not a request for proposal. Rather firms are being invited to demonstrate their ability to meet the above requirements. Negotiations leading to award will be conducted in accordance with FAR 36.606. The staffing level for contractor/subcontractor personnel to be located on-site at MAF will be subject to negotiations with the selected A-E contractor. In addition, more information on the various services such as construction support and total building commissioning will be discussed during negotiations.

It is anticipated that a cost type contract with a one-year base and four one-year options will be awarded for the base scope. The estimated start date of the contract is September 2008. The above services are not set-aside for Small Business or Small Disadvantaged Business Firms. Submissions must be received at the address shown below no later than 3:00 pm, Local Time on July 21, 2008, in order to be considered. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter or by telephone to request additional information. The address for submission including regular and express mail as well as overnight packages is:

Chris Katterheinrich Mail Code PS32, Building 4250, Room 36H NASA George C. Marshall Space Flight Center MSFC, AL 35812

The Government has determined that certain organizational conflicts of interest need to be avoided during the performance of the A-E contract. As a result, the following restrictions apply: 1. The successful A-E contractor or any of its major subcontractors (performing more than 10% of the total contract value) shall not be a user/tenant of MAF for any purpose other than for providing A-E services resulting from this synopsis. 2. The successful A-E contractor or any of its major subcontractors shall not have an extended corporate relationship with (a) a user/tenant of MAF or (b) the successful offeror of the Manufacturing Support and Facility Operations Contract (MSFOC). In other words, the successful A-E contractor (including any major subcontractor) shall not be (1) a parent of, (2) a subsidiary of, (3) a partner in a joint venture with, (4) an owner of, (5) owned by, or (6) otherwise inappropriately affiliated with a user/tenant of MAF or the MSFOC contractor at any time during the performance of the A-E contract. 3. The successful A-E contractor (including any major subcontractor) shall disclose all other existing or prospective contractual relationships with users/tenants of MAF for approval.

Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62

Potential offerors are responsible for monitoring this site for the release of any modifications to this announcement.

The NAICS Code and Size Standard are 541330 and $4,500,000.00, respectively.

An ombudsman has been appointed. See NASA Specific Note "B".

Any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.

All contractual and technical questions must be submitted in writing (e-mail or FAX) to Chris Katterheinrich, Fax 256-544-9162; email christine.katterheinrich-1@nasa.gov not later than July 3,2008 4:00PM Local Time. Telephone questions will not be accepted.


Point of Contact
Name:Ketela K. Helton
Title:Contracting Officer
Phone:256-544-7179
Fax:256-544-9162
Email:Ketela.K.Helton@nasa.gov

Name:Ketela K. Helton
Title:Contracting Officer
Phone:256-544-7179
Fax:256-544-9162
Email: Ketela.K.Helton@nasa.gov

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