Status Report

NASA Solicitation: Central Campus Complex at the Kennedy Space Center

By SpaceRef Editor
September 22, 2010
Filed under , ,

Synopsis/Solicitation Combo – Sep 22, 2010

Attachment 1 – Targeted Facilities – Posted on Sep 22, 2010

General Information

Solicitation Number: NNK10341709R
Posted Date: Sep 22, 2010
FedBizOpps Posted Date: Sep 22, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Oct 21, 2010
Current Response Date: Oct 21, 2010
Classification Code: C — Architect and engineering services
NAICS Code: 541330 – Engineering Services

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

Design, Engineering, and other Professional Services Required to Develop a Central Campus Complex at the Kennedy Space Center (KSC), Florida.

This synopsis specifies the Government’s requirement. It is a combined synopsis and solicitation. There is no separate solicitation package.

NASA’s Kennedy Space Center (KSC) intends to award a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The awarded contract will have a base five year ordering period with five one year option extensions to the ordering period. Work will be accomplished as individual task orders under the IDIQ contract.

PROJECT DESCRIPTION – The Central Campus Complex looks at how the KSC can revitalize the 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 Central Campus Complex is based on new construction and the progressive deconstruction of the targeted facilities and potential renovation of other facilities (see Attachment 1 for targeted facilities). The total project is to consist of approximately 620,000 square feet of new facilities and deconstruction of approximately 720,000 or more square feet of existing facilities and associated utilities. A previous facility study to develop the Central Campus Complex concept is provided as part of this synopsis/solicitation. The study is for informational purposes only and not to be considered as a basis of design.

The primary task of the A&E Firm will be to develop a master plan and design for the multi-phased construction of the Kennedy Space Center’s Central Campus Complex. The KSC Headquarters Building (M6-0399) is the geographic center of the new complex due to the utility infrastructure and will incorporate multiple other facilities in the industrial area to create a unified Central Campus Complex. Each design and construction phase shall be a stand-alone project that integrates the overall Central Campus Complex while maintaining overall aesthetics without dependency on future phases. The total construction value is expected to exceed $200 million. A major goal of the project will be to minimize the impacts to center employees by construction and to minimize the number of personnel moves required for new facility occupation. The size of the project and its impacts to multiple facilities will require significant changes to the local infrastructure, including, but not limited to, reconfiguration of roadways, electrical distribution, water distribution, waste-water collection, storm water conveyance, natural gas, telecommunications, fire suppression, chilled water, and potential environmental site decontamination.

A list of facilities to be incorporated into the Central Campus Complex follows: 1. Headquarters Building (Bldg # M6-0399, approx 430,000 SF) 2. Central Instrumentation Facility (Bldg # M6-0342, approx 133,000 SF) 3. Base Operations Building (Bldg # M6-0339, approx 20,000 SF) 4. Electromagnetic Lab (Bldg # M6-0336, approx 9,500 SF) 5. Training Auditorium (Bldg # M7-0351, approx 9,500 SF) 6. Occupational Health Facility (Bldg # M6-0495, approx 18,000 SF) 7. Environmental Health Facility (Bldg # L7-1557, approx. 11,000 SF) 8. Industrial Area Support Building (Bldg # M6-0493, approx. 15,500 SF) 9. Technical Records Center (Bldg # M6-0489, approx. 14,100 SF). 10. Shared Services (approx. 60,000 SF) within the Industrial Area outside of the listed buildings are described below:

Each of these facilities has individualized user requirements with a variety of specialized uses including specialized laboratories and testing facilities, storage, training, medical support and treatment, lobbies, and general office space. Shared services include gift shops, hair salon, library, post office, mail rooms, printing services, A/V storage, cafeterias, credit union, and snack bars. The integration of these shared services into one common area shall be a goal of the design. The A&E team shall have experience in designing multi-use facilities with an emphasis on the intended uses represented in the facility descriptions above.

The planning of the new Central Campus Complex will require a coordinated new construction, renovation, and deconstruction plan in order to create a successful project. Any renovation option shall include the deconstruction of all interior systems and replacement with modern energy efficient systems. Systems to be renovated shall include but not be limited to HVAC, floors, ceilings, wall partitions, windows, fire protection and detection, lighting, electrical, mechanical, plumbing, communication, and systems furniture. Exterior renovations shall also be required to revitalize the exterior facade. Designs shall address environmentally sound and sustainable deconstruction of facilities and associated obsolete infrastructure.

REQUIREMENTS – The professional services required for this project may include, but will not necessarily be limited to the following: conducting field investigations, topographical surveys, analysis of existing and planned work and support systems, and preparing design packages, engineering studies, and/or reports of recommended actions. The firm shall develop complete design packages and provide studies, surveys, reports, environmental permit applications, and environmental certificates of compliance. Additionally, at the discretion of the Kennedy Space Center (KSC) the A&E shall perform other professional architectural and engineering services incidental for the subject project to include: project management, construction management and inspection services, preparation of historical documentation, review of shop drawings, resolution of construction issues, and creation of as-built drawings to support all phases of the work throughout design and construction. The A&E shall have knowledge of different types of construction methods and be responsive to revised requirements. All tasks will require multi-disciplined engineering skills. The selected A&E firm’s project team must include specialists who have extensive experience in large office building design and construction. The following disciplines are required: Master Planning, Architectural, Building Commissioning, Civil (with environmental engineering experience), Structural, Mechanical, Electrical, Communication Systems, and Project Management. This team shall have a combined experience in the design of office building construction and campus guideline development and planning. The A&E team shall have the computer capability to assist in engineering calculations, modeling, building information systems, and computer aided drafting. The A&E team shall have experience in differing types of wall/roof/floor construction, furniture layout, HVAC, plumbing, building control systems, specialized systems and laboratories, industrial and institutional type electrical systems, grounding, lighting, lightning protection, fire detection and suppression systems, security systems, computer networks, productivity analysis, environmental sustainability, energy conservation and constructability. The A&E team shall have a Registered Communications Distribution Designer (RCDD) with current experience in the design of communications networks and premise wiring systems. The A&E team shall have demonstrated experience in performing design work associated with deconstruction of facilities. The A&E team shall have demonstrated experience in system testing, analysis and preparation of operating and maintenance documentation, including spares provisioning, as well as failure and hazard analyses.

The A&E firm shall have successfully designed, constructed, and certified Leadership in Energy and Environmental Design (LEED) New Construction (NC) buildings; past performance on at least three LEED certified projects shall be included in the response to this solicitation. The Central Campus Complex project shall achieve a rating of LEED Silver and strive for the highest achievable rating based on life cycle cost. The A&E shall design utilizing building information modeling (BIM). The A&E shall have design experience in multiple computer modeling and design software systems required for facility design.

EVALUATION – This requirement is being acquired in accordance with FAR 36.602, Selection of Firms for Architect-Engineering Contracts. The following evaluation factors, listed in descending order of importance, will be used in the evaluation of submittal packages received in response to this solicitation. NASA will consider the immediate past 10 years as the period of time for evaluation under factors (1) and (2). The A&E firms will be evaluated in accordance with the evaluation factors described below.

1. Past performance on contracts with Government agencies and private industry in terms of cost control and estimating, quality of work, compliance with performance schedules, and achieving sustainability goals through modeling. Demonstrated Quality Management Plan addressing both in-house disciplines and consultants, include prior work experience showing successful interactions between the prime working with the same consultants proposed for this project. (Selection Weight, 35 percent). 2. Specialized experience and technical competence in the type of services required (Selection Weight, 25 percent). 3. Professional qualifications necessary for satisfactory performance of required services. (Selection Weight, 15 percent). 4. Capacity to accomplish multiple Task Orders at the same time (Selection Weight, 10 percent). 5. Specialized experience and technical competence in Leadership in Energy and Environmental Design (LEED). Provide number of completed and certified LEED projects, and Green Building Ratings achieved. (Selection Weight, 10 percent). 6. Location of the essential staff for this project (or a commitment to locate) in the general geographical area of the project (Selection Weight, 5 percent).

Firms desiring to be considered for award of an IDIQ contract under this solicitation shall submit a completed Standard Form (SF) 330, Architect-Engineering Qualifications, Parts I and II and specific information addressing each of the six evaluation factors described in this solicitation.

The IDIQ contract will have a minimum value of $10,000 which represents the minimum value of work the Government is required to order and the contractor shall deliver under the IDIQ contract. The maximum quantity the Government may order and the contractor may deliver will be $25,000,000. The individual task orders will be awarded beginning with the dates of the execution of the IDIQ contract. Performance of Task Orders issued against the IDIQ contract prior to its expiration may extend for up to one year as determined by the Contracting Officer beyond the ordering period of the IDIQ contract.

This solicitation is NOT a small business set-aside; it will be conducted under full and open competition procedures allowing maximum participation from large and small businesses. This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement is 541330 and $4.5 million respectively.

Subcontracting Plan Goals (Applicable to Large Business – this a separate document and shall not exceed 15 pages) The contracting officer has determined subcontracting possibilities exist and has established the following subcontracting goals for 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged business, women-owned small business, and small business concerns for contracts awarded to large businesses. The recommended subcontracting goals are for the overall IDIQ contract (base and all options) and are provided for informational purposes only and are not legally binding.

SMALL BUSINESS TYPE SUBCONTRACTING GOAL VOSB 1.83% SDVOSB 1.03% HUBZone 0.22% SDB & 8(a) 1.77% WOSB 2.05% SB 9.00%

In accordance with FAR 52.219-9, Alternate II (October 2001), Small Business Subcontracting Plan, large businesses shall submit an IDIQ Small Business Subcontracting Plan to the Contracting Officer to be eligible for award. When defining the basis on which subcontracting goals are to be proposed, the contractor shall use the IDIQ maximum ordering value of $25,000,000. Apparent successful offerors failing to negotiate an acceptable IDIQ Subcontracting Plan with the Contracting Officer will be ineligible for award.

In accordance with FAR Clause 52.219-9, (July 2010),Small Business Subcontracting Plan, large businesses will be required to provide subcontracting plans prior to receipt of task orders expecting to exceed $550,000 and having subcontracting opportunities.

The proposal submittal including the SF 330 Parts I and II and any information the firm feels may be of benefit to it in the evaluation and selection process shall not exceed seventy five (75) pages. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least one inch margins on all sides (any page larger than 8 ” x 11″ will count as two pages with a maximum page size of 11″ x 17″). Offerors may include 11″ X 17″ inch paper for the exclusive presentation of tables, figures, and drawings. Each 11″ X 17″ inch page will be considered 2 pages when printed on one side and considered 4 pages when printed on both sides. Font size shall be not smaller than 12 characters per inch. Offerors may submit on single or double sided sheets, but shall not exceed the page limitation. Cover pages and tab pages are not counted towards the page total. Offers exceeding the maximum page limitations will have pages exceeding the limit removed prior to evaluation and information contained in the removed pages will not be evaluated.

SUBMISSION – All questions must be submitted in writing. Telephone questions will NOT be accepted. Questions should be directed to Sharon White, Contracting Officer, at Sharon.L.White@nasa.gov or at NASA, Attn: Sharon White, Mail Code: OP-CS, Kennedy Space Center, FL 32899, or by facsimile at 321-867-1166. Questions should be submitted before 4:00 PM ( local time) on October 08, 2010. Questions received after that date will be considered, but may not be answered.

One original, four copies, and an electronic copy on compact disk (CD) in searchable pdf format of the proposal shall be delivered to the KSC Central Industry Assistance Office (CIAO), Building N6-1009 at 7110 N. Courtenay Parkway, Merritt Island, FL 32953 before (4:00 PM local time) on October 21, 2010. Submittals received after the specified closing date will be considered late and will not be evaluated. The CIAO building is located on State Road 3, approximately 2 miles south of Gate 2 to KSC. Access to KSC is not required. Offerors are responsible for assuring hand carried proposals are either received by NASA Government employees at the CAIO or dropped in the CAIO mail box located outside the building. The outer wrapping of the proposal package shall be clearly marked: Attn: Sharon White, Contracting Officer. The proposal package shall be clearly marked R2010-01.

All Contractors conducting business with the Government are required to register in the Central Contractor Registration Database (CCR). In accordance with FAR Provision 52.204-7, an offeror submitting an offer in response to this solicitation acknowledges the requirement that a prospective contractor shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation.

Prospective contractors shall complete electronic annual representations and http://orca.bpn.gov in conjunction with the required registration in the CCR database. Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA.

The following Clause applies to this acquisition:

Federal Acquisition Regulation (FAR) 52.232-18 (April 1984), Availability of Funds

The following two provisions apply to this acquisition: FAR Provision 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Sharon White, Mail Code: OP-CS, Kennedy Space Center, FL 32899. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO NASA FAR Supplement Provision 1852.233-2 Protests To NASA (Oct 2002)

Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer’s consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code H, Washington, DC 20546-0001.

Point of Contact

Name: Sharon L. White
Title: Contracting Officer
Phone: 321-867-7230
Fax: 321-867-1166
Email: Sharon.White-1@ksc.nasa.gov

SpaceRef staff editor.