Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

ARCHITECT-ENGINEERING SERVICES


Synopsis - Jul 08, 2004

General Information
Solicitation Number: N/A
Reference Number: Architect-Engineering-Services-Glenn
Posted Date: Jul 08, 2004
FedBizOpps Posted Date: Jul 08, 2004
Original Response Date: N/A
Current Response Date: N/A
Classification Code: C -- Architect and engineering services
NAICS Code: 541310 - Architectural Services

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
This is a notice for firms to furnish Architectural and Engineering (A/E) Services in support of the NASA Glenn Research Center (GRC), Cleveland, Ohio, and the NASA Plum Brook Station, Sandusky, Ohio. These services are required for facility master planning and for various minor projects (typically less than $5,000,000 construction cost) to rehabilitate, repair, construct or modify research and institutional facilities including wind tunnels, laboratories and buildings, electrical systems, mechanical systems, pavements and roads, and utility systems. THIS IS A 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 541310 and $4.0 million in three-year average anneal receipts for determining whether or not a business is small. GRC intends to develop a comprehensive Center Master Plan (CMP) to serve as the foundation for capital investment decisions as GRC positions their facilities to continue to support NASA’s present and future Missions. Specialized services required for facility master planning include Visioning to define the Center’s goals and objectives, planning to determine a preferred concept plan, Real Estate Market Analysis, Community Outreach, and Production to develop a Graphical Information System based tool to document the CMP and to allow the CMP to be readily communicated with many organizations. This effort for the Center Master Plan is estimated at three years. The three years will be as follows: A BASE year with two one year options for extended service. SERVICES for MINOR PROJECTS could include preparation of one or more Preliminary Engineering Reports (PER), pre-PER conceptual studies, engineering studies, final designs, cost estimating, and related services by a number of selected A/E firms. Project development requires multi-discipline field investigation, engineering and drafting, namely; Architectural, Civil, Structural, Mechanical and Electrical Engineering. Specifically system expertise shall include buildings, structures and pavements, heating, ventilating and air conditioning, plumbing, fire protection systems (certified in the state of Ohio), sanitary and storm sewers, natural gas, domestic water, control systems, electrical systems - low voltage (<600volts) and high voltage (2.4kv to 138kv), short circuit and coordination studies, fluids, combustion air/exhaust, thermal and stress analyses, communication network, hazard assessments, safety systems, pavement systems (roads and parking areas), and site development. Specialized services, such as environmental sampling, design and remediation, security systems, and logistics, may periodically be required. Related services may include engineering support during construction, including field investigation, review and approval of submittals and shop drawings, responding to Requests for Information, responding to differing site conditions, review of drawings, specifications and field changes, and preparation of schedules and cost estimates. The A/E shall be required to have a Leadership in Environmental and Energy Design (LEED) accredited professional assigned to designated NASA projects to coordinate the LEED process. Designated projects shall require a minimum LEED Certification of Silver by the U. S. Green Building Council. Selected A/E firms shall utilize a quality control process for the review and approval of design documents. Engineering drawings shall be stamped by a licensed professional engineer or registered architect. This above stated service(s) for minor projects is estimated not to exceed one year. Prospective firms will be evaluated on the criteria listed below in order of importance: (1) Specialized experience and technical competence in the type of work required. (2) Professional qualifications of the staff to be assigned to this contract (including any consultants and subcontractors). (3) Capacity to accomplish the work within the required time-frame. (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (5) Location of the A/E firm in the general geographic area, provided an appropriate number of qualified firms respond herein. The above criteria addressing the specialized experience, technical competence and past performance shall be limited to the immediately preceding ten years. SUBMISSION REQUIREMENTS; To be considered, firms shall submit a Standard Form 330 (SF-330) to be received in this office on or before close of business thirty (30) calendar days after appearance of this announcement (should the date fall on a weekend or holiday the SF-330 will be due the first workday thereafter). THE SF-330 SHALL INCLUDE AN ATTACHMENT WHICH SHALL HAVE THE BURDEN RATE FOR ALL DISCIPLINES. THE SF-330 SHALL BE RECEIVED ON OR BEFORE AUGUST 9, 2004. THIS IS NOT A RQUEST FOR PROPOSAL. Submissions shall be addressed to Erick N. Lupson, Contracting Officer, Mail Stop 500-312, NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio 44135. The Government reserves the right to award this work in separate contracts for the above Architect and Engineering Services to one or more selected A/E firms. It is contemplated that firm fixed-price contract(s) will be awarded. See note 24. Provisions of Note 24 apply to this notice except that (a) in the sentence beginning “Selection of firms for negotiations”, the fourth additional consideration listed is changed to read” “(4) past experience, if any, of the firm with respect to performance on contracts with NASA, other Government agencies and private industry”; and (b) in the last sentence, “National Aeronautics and Space Administration” is substituted for ”Department of Defense”.

Point of Contact
Name:Erick N. Lupson
Title:Contracting Officer
Phone:(216) 433-6538
Fax:(216) 433-5489
Email:Erick.N.Lupson@grc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE