NASA KSC: Central Campus Phase 1A Replacement Headquarters Building M6-0399 At The Kennedy Space Center
Synopsis – Nov 08, 2011
General Information
Solicitation Number: N/A
Reference Number: NNK12TJFRFI1
Posted Date: Nov 08, 2011
FedBizOpps Posted Date: Nov 08, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Dec 08, 2011
Current Response Date: Dec 08, 2011
Classification Code: Y — Construction of structures and facilities
NAICS Code: 236220 – Commercial and Institutional Building Construction
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description
NASA/KSC is hereby soliciting information about interested parties for the Replacement Headquarters Building (M6-0399) of the Central Campus Complex, at the Kennedy Space Center, FL. 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. NASA’s Kennedy Space Center (KSC) anticipates a requirement to design and construct a Headquarters (HQ) Facility with associated site development, roadway improvements, utilities and stormwater management system. The HQ Facility will be the first constructed within KSC’s Central Campus Complex. The Central Campus Complex project is KSC’s plan for revitalizing the KSC Industrial Area by consolidating multiple facilities into a more compact campus style setting through new construction, deconstruction, and potential renovation to the existing infrastructure.
The Replacement Headquarters Building is anticipated to include administrative spaces and shared services. The shared services functions include a cafeteria, credit union, barber shop, post office, lobby with displays, gift shop, Engineering Documentation Center, reproduction facilities, library including circulation and documents sections, and building shipping and receiving area. The purpose of this new facility is to provide permanent housing for an optimum number of personnel currently located within the existing Headquarters Building (M6-0399). Therefore, one of NASA’s primary objectives is to maximize the building size and space utilization within a sustainable building that balances the responsibilities for stewardship of natural, human, and financial resources. The number of stories and the ultimate building size will be determined as a part of the selection process, but is expected to be in the range of 140,000 to 240,000 square-feet.
NASA’s Kennedy Space Center (KSC) plans to issue a request for proposal (RFP) resulting in the award of a single design-build contract for the Replacement Headquarters Building as identified above. The Government estimated magnitude of construction for this project is greater than $10,000,000. NASA/KSC is requesting information from all interested parties including the following small business socio-economic programs as follows: 1. Small Business Administration Certified 8(a) contractors, 2. Historically Underutilized Business Zone (HUBZone) contractors, 3. Service Disabled – Veteran Owned Small Business contractors, 4. Woman Owned Small Business contractors, or 5. Economically Disadvantaged Women Owned Small Business contractors. Interested parties may submit their capability package(s) to include the information listed below no later than 12/8/2011. Please limit your capabilities package to twenty (20) pages (8.5 x 11), with a font and point size no smaller than Times New Roman 12. At a minimum, the following information is required: 1. Bonding capacity – per project and aggregate bonding capacity, 2. List of projects relevant to the appropriate NAICS code and a brief description of each project completed within the last 5 years with references, to include addresses, and telephone numbers for each. Contractor provided examples of relevant projects shall demonstrate the ability to either perform or coordinate these activities, and shall include project size, cost, facility use/type, construction year, contract type, owner, and contractor’s role in the project. To facilitate a prompt review, a one-page summary shall be included with your capability package, which shall identify your company’s specific capabilities that are relevant to (and reflect the magnitude of) these requirements. The one page summary will not count against the page limit. The one page summary shall include: (1) Company’s name, address, primary POC and telephone number, (2) Size of business, (3) Company’s average annual revenues for the past 3 years and total number of employees, (4) Ownership (5) Number of years in business, (6) Company’s Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUBZone business) (7) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact – position, address and phone number; (8) Applicable NAICS Code(s). (9) DUNS number and cage code. KSC is also interested in contractor feedback related to suggestions for contract type.
Please submit your capability package(s) to the Contracting Officer, Tyrone Frey, via e-mail. The e-mail address is Tyrone.J.Frey@NASA.Gov.
The acquisition process will include the issuance of a DRAFT RFP inviting comments from prospective offerors on all aspects of the DRAFT RFP, including the requirements, schedules, proposal instructions, and evaluation approaches. The anticipated release date of the DRAFT RFP is not known at this time. The NAICS Code is 236220 and small business size standard $33.5 million.
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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
All responses shall be submitted to Tyrone Frey no later than 12/8/11 Please reference NNK12TJFRFI1 in any response. Any referenced notes may be viewed at the following URLs linked below.
Point of Contact
Name: Tyrone J Frey
Title: Contract Specialist
Phone: 321-867-9162
Fax: 321-867-2042
Email: tyrone.j.frey@nasa.gov
Name: Terrance W. Crowley
Title: Contract Specialist
Phone: 321-867-7696
Fax: 321-867-1141
Email: Terrance.Crowley-1@ksc.nasa.gov