RFI Pertaining to the Construction of Office Building No. 20 at the Johnson Space Center
Synopsis – Nov 20, 2006
General Information
Solicitation Number: NNJ07ZBJ002L
Posted Date: Nov 20, 2006
FedBizOpps Posted Date: NAIS only
Original Response Date: Nov 27, 2006
Current Response Date: Nov 27, 2006
Classification Code: Y — Construction of structures and facilities
NAICS Code: 236220 – Commercial and Institutional Building Construction
Contracting Office Address
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
Description
This is a Source Sought Synopsis only.
NASA/JSC is hereby seeking information about potential 8(a), HUBZone and Service Disabled Veteran Owned Small Business (SDVOSB) concerns for the “CONSTRUCTION OF A NEW OFFICE BUILDING AT THE JOHNSON SPACE CENTER (JSC)”. The following is only a general overview of the project.
The NAICS code for this project is 236220 with a small business size standard of $31 Million. This NAICS code ties directly with FAR 19 of the Small Business Competitiveness Demonstration Program, under the title of Commercial and Institutional Building Construction. It is anticipated that NASA/JSC will issue a solicitation for a General Construction contract for the New Office Building at JSC. The magnitude of the project is more than $10,000,000 as set forth in FAR 36.204 Disclosure of the Magnitude of Construction Projects.
The project is for construction of a new three-story 92,500 square foot office building which will provide transitional office space for 520 people. The project shall meet “Silver” Leadership in Energy and Environmental Design (LEED) as established by the U. S. Green Building Council certification for new construction, while striving for “Gold” certification, to maximize energy savings, and build a building with a 40 year life. The project will include site work, paving, utilities, structures, electrical, mechanical, Heating, Ventilation and Air Conditioning (HVAC), plumbing, fire suppression, and fire detection systems.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. Certified 8(a), HUBZone and SDVOSB General Construction Companies capable of performing as prime contractors that meet the requirements of this synopsis are asked to submit capability statements in no more than seven (7) pages. Capability statements must include the following information:
- Name and address of firm
- Size of business
- Average annual revenue for past 3 years
- Number of employees
- Ownership
- Indicate company status as either Certified 8(a), HUBZone, SDVOSB
- Number of years in business
- Affiliate information: parent company, joint venture partners, potential teaming partners, etc…
In addition, capability statements must address the following: 1) Capability statements should identify past projects with proven General Construction experience within the last five (5) years with emphasis on work performed on a Federal installation and include three (3) references. These references must highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, a point of contact – address and phone numbers.
2) Ability to meet the 15% requirement of work to be performed by the prime contractor, not including the cost of materials, with its own employees as set forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of three
(3) past projects with emphasis on work performed on a Federal installation where the potential offeror has performed 15% or greater of the effort for similar projects with a magnitude of more than $10,000,000. The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfy the requirements of both items 1 and 2 of the synopsis only need to be submitted once.
3) Identify any OSHA violations within the last 3 years, specifically injury or death related. Also provide disposition of any OSHA violations. If no violations have occurred, please so state.
4) Ability to meet Bonding Capacity of 100 percent of the contract price as per FAR 52.228-15. Capability statement must demonstrate bonding capacity for the magnitude of the project which is more than $10,000,000.
5) Experience with new construction of a facility similar in size and scope in a work environment with special access requirements, and “restricted” periods of time when work can be performed.
6) Experience in work involving a broad range of skills; including, but not limited to site work, paving, utilities, structures, electrical and mechanical systems, finishes, furnishings/outfitting and carpentry.
7) Experience in managing and coordinating subcontractors to perform electrical, mechanical, civil, structural and other specialty type work required to complete contractual requirements of projects. This should include qualified project managers and superintendents familiar with construction.
8) Experience in Leadership in Energy and Environmental Design (LEED) concepts. Companies should include samples of any involvement on projects that required energy efficient design in the general construction practice that would meet the U. S. Green Building Council LEED certification requirements and NASA requirements for sustainable building design as mandated by NASA Policy Directive (NPD) 8820.3. This directive requires incorporation of sustainable design principles to the maximum extent possible to reduce life-cycle costs, implement pollution-prevention principles, and maximize facility impacts on natural resources while maximizing occupant health, safety, and productivity. LEED is the primary implementation methodology to facilitate this initiative at JSC.
9) Knowledge of and experience with Government construction regulations and OSHA safety standards (Government Safety and Health Plans. 10) Experience in developing safety and health plans including the ability to comply with the JSC Total Safety and Health Handbook located at http://jschandbook.jsc.nasa.gov .
It is the potential offerors responsibility to review the entire content of the JSC Safety and Health requirements. The following general information is offered to provide an idea of the JSC Safety and Health requirements. Potential offerors should understand that if selected for award of a JSC contract, they will be responsible for performing tasks to ensure the protection of personnel, property, equipment, and the environment in contractor products and activities generated in support of institutional and space flight program objectives. In addition, to ensure compliance with pertinent NASA policies and requirements and federal, state, and local regulations for safety, health, environmental protection, and fire protection, the contractor will be required to develop and implement a safety and health program in accordance with a NASA-approved safety and health plan. The contractor will implement system safety engineering tasks for flight and institutional program activities and products in accordance with the schedule and applicable flight and institutional requirements as documented in the contractor’s System Safety Program Plans (SSPPs) which must be approved by NASA. The contractor shall develop and implement risk management techniques (including risk assessment) to be applied to hazards derived from analyses of activities and products for the purpose of eliminating or controlling hazards as specified in NASA policies and requirements for hazard reduction. The JSC Safety and Health Handbook provides detailed requirements and instructions regarding safety and health procedures and policies at JSC and is incorporated by reference into all JSC contracts when performance is on site at a JSC facility. RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation and references as requested.
All responses shall be submitted to Frances B. Davidson no later than 2:00 p.m. Central Time on December 6, 2006. Responses may be e-mailed to the contract specialist at frances.b.davidson@nasa.gov. Please reference NNJ07ZBJ002L in any response. Mailing address is: NASA Johnson Space Center, Attn: Frances B. Davidson, Mail Code BJ3, 2101 NASA Parkway, Houston, Texas 77058. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
The Government reserves the right to consider a HUBZone, 8(a) or SDVOSB set-aside based on responses hereto. All 8(a), HUBZone or SDVOSB owned firms will need to be certified at the time of proposal submission if the procurement is set-aside.
Any questions regarding this announcement should be directed to the identified point of contact.
Any referenced notes may be viewed at the following URLs linked below.
Point of Contact
Name: Frances B. Davidson
Title: Contract Specialist
Phone: (281) 483-4176
Fax: (281) 483-9741
Email: frances.b.davidson@nasa.gov
Name: Karen D. Adams
Title: Contracting Officer
Phone: (281) 483-1863
Fax: (281) 483-9741
Email: karen.d.adams@nasa.gov