Status Report

NASA Solicitation: Sources Sought for Design and Master Planning to Revitalize and Upgrade the Central Campus Complex at the Kennedy Space Center Flor

By SpaceRef Editor
January 28, 2010
Filed under , ,

Synopsis – Jan 26, 2010

General Information

Solicitation Number: R2009-03
Posted Date: Jan 26, 2010
FedBizOpps Posted Date: Jan 26, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 19, 2010
Current Response Date: Feb 19, 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

NASA/KSC is hereby soliciting information about potential sources for SOURCES SOUGHT FOR DESIGN AND MASTER PLANNING TO REVITALIZE AND UPGRADE THE CENTRAL CAMPUS COMPLEX AT THE KENNEDY SPACE CENTER, FLORIDA

The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is soliciting information about potential sources for firms interested and capable of providing professional architectural and engineering design services required to revitalize and upgrade Kennedy Space Center’s Central Campus Complex at Kennedy Space Center, Florida 32899. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation and references. The NAICS code for this effort is 541330. This NAICS code is subject to the Small Business Competitiveness Demonstration Program, in accordance with the Small Business Competitiveness Demonstration Program Act of 1988, as amended, and FAR Subpart 19.10.

SCOPE OF WORK DESCRIPTION – The primary task of the Architect and Engineering firm (A&E) will be to develop a master plan and design for the multi-phased construction of the Kennedy Space Center’s Central Campus Complex. The project is estimated to consist of 620,000 square feet of multi-use space (Primarily office; to include laboratories, medical support, training, storage, cafeteria, print services, library, and other shared services) spread across multiple buildings to create a new Central Campus Complex. Each construction phase shall be a stand-alone project working into the overall Central Campus Complex master plan while maintaining overall aesthetics without dependency on future phases. The design shall coordinate with a multi-phased construction timeline with each subsequent phase being contingent upon agency funding. The Central Campus Complex looks at how the KSC can potentially consolidate multiple facilities into a more compact campus style setting through new construction, renovation, and deconstruction. The revitalization of the KSC’s Headquarters (HQ) building through new construction, renovation, and partial demolition will be the focal point of the design with the potential to incorporate multiple smaller buildings within the industrial area to create a consolidated Central Campus Complex. The HQ building has a historic presence as a center of leadership for NASA’s vehicle processing and launch site; as such the central core of the facility will be preserved and renovated for incorporation into the new Central Campus Complex. A major goal of the A&E shall 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; this is to include, but not limited to, reconfiguration of roadways, electrical distribution, water distribution, storm water conveyance, natural gas, telecommunications, fire suppression, heating and cooling, and potential environmental site decontamination.

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, preparing engineering studies, and creating reports of recommended actions and/or design packages. The selected firm shall develop complete design packages and to provide studies, surveys, reports, environmental permit applications, and environmental certificates of compliance. Additionally, at the discretion of KSC the A&E shall perform other professional and incidental services for the subject project; such as project management, construction management, and inspection services to support in all phases of the work throughout design and construction. This shall include review of shop drawings, resolution of problems, construction inspection services, and creation of as-built construction drawings. The A&E shall have knowledge of different types of construction methods and be responsive to changes in direction. All tasks will require multi-disciplined engineering skills for performance of the required work. The selected A&E firm’s project staff must include, as a minimum, specialists in the following engineering disciplines who must have extensive experience in large office building renovation and/or new 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 staff shall have a combined experience in the design of office building construction and campus guideline development and planning. The A&E shall have the computer capability to assist in engineering calculations, modeling, building information systems, and computer aided drafting. The A&E shall have experience in different 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 shall have a Registered Communications Distribution Designer (RCDD) with current experience in the design of communications networks and premise wiring systems. Also the A&E shall have demonstrated experience in the design of deconstruction of facilities. The A&E shall also have demonstrated experience in system testing, analysis and preparation of operating and maintenance documentation, including spares provisioning, as well as failure and hazard analyses.

Firms shall have extensive, demonstrated experience in the planning, design, and development of large multi-use industrial and commercial complexes whose total constructed value, including activation and outfitting, is in excess of $200 million. Experience shall include comprehensive campus style planning, designs that have achieved a Leadership in Energy and Environmental Design (LEED) Green Building Rating System rating of Silver or better and have been constructed and certified, and designs utilizing building information modeling (BIM). The A&E shall have design experience in multiple different computer modeling and design software which may be required for facility design. The A&E shall coordinate use of existing models of various KSC systems which will be beneficial to design by providing knowledge of the current infrastructure. CAPABILITIES PACKAGE – It is requested interested firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The submission shall be prepared in either PDF or Microsoft Office 2000 or greater. NASA/KSC will review all offeror submissions complying with submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above.

Your submission shall include the following information: (1) Company Name and Address; Company Business Size and Business Size Status (i.e. large, small, small disadvantaged, women-owned small, HUBZone small, 8(a), etc.); Point-of-Contact name, phone number, facsimile number, and e-mail address. (2) Prior and current specific experience in master planning and multi-use building design; including magnitude, scope, and complexity within the last three years, contract number, organization supported, indication of whether prime or subcontractor, contract value, point of contact with current telephone number, a brief description of how the contract referenced relates to the services required at KSC. (3) Company profile including a staffing plan; annual revenue history; office location(s); DUNS number; demonstration of financial stability; ability to retain existing staff and acquire qualified personnel, and ability to provide continuity of operations at the beginning and the end of a contract; and if a small business firm, an assurance it will be able to perform at least 50% of the work. (4) The resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specified relevant work experience of such personnel. RESPONSE INSTRUCTIONS The capability statement and its cover letter shall be mailed to the following address: NASA Attn: Sharon L. White/OP-CS-A Kennedy Space Center, FL 32899 Responses must be received by February 19, 2010, no later than 4:30 P.M. Eastern Time.

DISCLAIMER 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. Debriefings will not be available. NASA does not intend to post information or questions received to any website or public access location. NASA does not plan to respond to the individual responses.

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.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Sharon L. White no later than February 19, 2010. Please reference R2009-03 in any response. Any referenced notes may be viewed at the following URLs linked below.

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

Name: Sherry L. Gasaway
Title: Contracting Officer
Phone: 321-867-5294
Fax: 321-867-1166
Email: sherry.l.gasaway@nasa.gov

SpaceRef staff editor.