SOURCES SOUGHT
Y -- DEMOLITION OF THE FIXED SERVICE STRUCTURE AND ROTATING SERVICE STRUCTURE ATLAUNCH COMPLEX 39B
- Notice Date
- 5/14/2008
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- RFI-LC39B-2008
- Response Due
- 6/20/2008
- Point of Contact
- Joseph M Bell, Contracting Officer, Phone 321-867-1269, Fax 321-867-2042
- E-Mail Address
-
joseph.m.bell@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- A. DESCRIPTIONThis is a Request for Information (RFI) only. The National Aeronautics and SpaceAdministration (NASA) at the John F. Kennedy Space Center (KSC) is seeking ideas,opinions, and concepts from industry, academia, and other prospective parties to identifypotential methods for the demolition, removal and salvage of the Fixed Service Structure(FSS) and Rotating Service Structure (RSS) at Launch Complex 39B. This is not a notice of solicitation and does NOT constitute a Request for Proposal,Invitation for Bid, or Request for Quotation; therefore, do not request a copy of thesolicitation. This RFI is for internal NASA planning purposes only and seeks to provideinterested parties an opportunity to assist NASA in planning. This notice is not to beconstrued as a commitment by the Government to enter into a contract, nor will theGovernment pay for the information submitted in response to this request.NASA intends to use the information provided in response to this RFI to determine, in itssole discretion, the potential methods available for demolition of the structures.NASA will review all comments/suggestions received, but shall be under no obligation torespond to industry comments or to incorporate any comments/suggestions into anyresultant drawings and specifications.NASA reserves the right to enter into discussionswith one or more parties responding to this RFI if deemed to be in the best interest ofthe Government. B. PURPOSE AND SCOPE OF WORKThe purpose of this RFI is to gather planning information on prospective methods ofdemolition, and suggestions for reuse/recycling for removed material. This request islimited to the FSS and RSS at Launch Complex 39B, it does not include the concrete padsurface, surrounding facilities, Launch Complex 39A or any other KSC facilities, but doesinclude appropriate demolition of elevator, stairs, and stairwell unless required tosupport remaining structure. Seeking cost estimates, demolition schedule, method of material removal and anygovernment requirements to support (example: rail car available at X location). The RFIshould consider the balance of cost and schedule to maximize benefits for the government.This project includes demolishing the entire RSS structure from the pivot hinge at thesoutheast corner of the FSS back to the rail trucks but not the rail or Rail Bridgecrossing the flame trench. The approximate weight of the RSS is 4500 tons of mostlysteel but also contains copper, aluminum and stainless steel.This includes the FSS from its footprint on the pad surface upward and on all sidesincluding everything being supported by the FSS structure but extending outside thefootprint above the pad surface. This does not include the walkway extending northbeyond the north face of the FSS walkway which extends to the concrete structure locatedjust north of the FSS footprint (9099 interface facility). The existing crew escapesystem cables and slide basket platform on the 195 foot level shall be removed. FSSdemolition shall be to the pad surface with cutting and or capping all lines extendingthrough to below the pad surface. A complete demolition design will be performed and provided to the demolition contractorwith specific hazardous material analysis and special safety requirements. The primaryrestriction to this demolition will be that no explosive methods shall be used in the padarea nor shall any damage be allowed to the pad surface. Pad surface must be left flat without tripping hazards. All pipes and tubing must becapped or sealed at or below Pad surface. The Pad surface and subsurface must beprotected during demolition activities. Pad surface can be assumed to support a 100-tontire crane and a live load on the Pad Terminal Connection Room (PTCR) roof of 500 psfuniformly distributed.The soil bearing capacity under the Pad surface is assumed to be2500 psf.The contractor will be provided a lay-down area adjacent to the demolition site (outsidethe perimeter fence) to disassemble and temporarily store materials. A high priority indetermining the method of demolition is the quick removal of material from site in orderto avoid complications or interference with launches. One proposed lay-down site is onthe crawler-way to Pad B. The contractor may propose other sites. Proposal for removalof materials may use the rail, barge or vehicular transportation from the site. The Padis approximately.3 miles from the rail. The distance to the barge is approximately 4.3miles from Pad B. Depending on proposed timeframe for demolition, the demolition mayrequire stopping and securing for Ares 1 test flight.All demolition debris shall become property of the contractor, who shall be responsiblefor removal from KSC or transportation to the KSC landfill. All concrete debris shall bereduced to less than 2 feet in diameter prior to transportation to KSC landfill. ExportControl requires that all items must be rendered unusable and unrecognizable prior toremoval from KSC. Historic preservation/salvage is not a requirement for this structure. Failure to respond to this RFI does not exclude any interested party from futureconsideration for proposals for design/construction/demolition which may be announced orsolicited by NASA.C. TYPES OF USES SOUGHT AND LIMITATIONS The goal of this RFI is to develop Rough Order of Magnitude (ROM) costs, identify viablemethods for demolition and disposal, and to determine the capability and capacity ofinterested parties offering ideas to successfully implement and manage such activitieswith NASA. Prior contracts at KSC are not required to submit a response to this RFI,however prior experience with large scale demolition projects is essential to providingan accurate assessment and response.D. SITE VISITA site visit will be conducted on Friday, May 30, 2008, at 9 a.m. There will be only onesite visit offered. Anyone who plans to attend the site visit must give 48 hours writtennotice to the responsible Contracting Officer (CO), Joseph Bell. ALL SITE VISITATTENDEES WILL NEED TO HAVE A TEMPORARY AREA ACCESS (TAA) BADGE WITH NUMBERS FOR LAUNCHCOMPLEX (LC) 39B IN ORDER TO HAVE ACCESS TO LC39B DURING THE SITE VISIT. This TAA badgeis necessary IN ADDITION, to your access badge. The following information should beemailed to the COs attention at joseph.m.bell@nasa.gov: Full Name (as it appears on your drivers license), Social Security Number, Company Name,Company Address (Physical Address and not Mailing Address), and Date of Birth. Pleasespecify whether you need a KSC access badge, TAA badge, or both.Attendance is limited to three representatives from each interested firm. Attendees MUSTBE US CITIZENS. In order to get a temporary badge, you must present a Federal or StateGovernment Issued Picture Identification and one of the documents listed in theAttachment Titled List of Acceptable Identification for Badging.Attendees will pick up badges for access onto KSC at the Pass and Identification BuildingSection (PIDS) on the NASA Causeway near U.S. 1 and report directly to the HQ VisitorRecords Center (VRC), Bldg# M6-0399, Room 1401, to pick up their TAA Badges. Afterpicking up your badges at the PIDS, continue on NASA Causeway to Gate 3. Once you passthrough Gate 3, go to the first light and turn right onto C Avenue. Proceed a shortdistance and turn left onto 2nd Street and make an immediate turn into the parking lotbehind the Headquarters Building. Once you have picked up your TAA badge, proceed to theBase Operations Building by turning left out of the parking lot, onto 2nd Street. TheBase Operations Building is on the right hand side of the road on 2nd Street just pastwhere B Avenue intersects 2nd Street.Cameras will be permitted.E. INFORMATION REQUESTED FROM INTERESTED PARTIES This RFI has no overall page limit with all responses received by the requested date ofJune 20, 2008 to be included for review. All submissions regarding this RFI receivedafter June 20, 2008 may be excluded from review. Responses should be as detailed asnecessary to enable NASA to fully understand the proposed demolition method andassociated removal and recycling of material. Responses should include the followinginformation as a minimum: Description of how the proposed concept would be compatible with and supportive ofNASAs missionDescription of costs associated with demolition and removal of material.In addition to the above information, interested offerors/vendors having the requiredspecialized capabilities to meet the above requirement should submit a capabilitystatement of 10 pages or less indicating the ability to perform all aspects of the effortdescribed herein.F. QUESTIONSIf you have any questions, please send an email to the Contracting Officer listed below. G. DISCLAIMER: Prospective bidders are advised that any information provided shall be deemed furnishedwith unlimited rights to NASA, with NASA assuming no liability for the disclosure, use,or reproduction of such data. It is also emphasized that the requested information is forpreliminary planning purposes only and does not constitute a commitment, implied orotherwise, that NASA will solicit you for such procurement in the future. Neither NASAnor the Government will be responsible for any costs incurred by you or your company infurnishing this information. ALL INFORMATION RECEIVED BY THE GOVERNMENT IS CONSIDERED TO BE IN THE PUBLIC DOMAIN ANDCAN AND WILL BE USED AND/OR RELEASED AT THE GOVERNMENTS DISCRETION. FOR THIS REASON,RESPONDENTS TO THIS RFI SHOULD NOT INCLUDE ANY PROPRIETARY INFORMATION IN THEIR RESPONSE.H. RESPONSE DEADLINEResponses may be submitted either via hard copy to the following addressee, ORelectronically to the email address shown for the Procurement Officer listed below. NASA Kennedy Space Center, Attn: Joseph Bell, Mail Stop OP-CS-A, Kennedy Space Center, FL 32899Name:Joseph Bell Title:Procurement Officer Phone:321-867-1269 Fax:321-867-1166 Email:Joseph.M.Bell@nasa.gov Name:Sonia JohnsonTitle:Technical Point of ContactPhone:321-867-0580Fax:321-867-7037Email:Sonia.S.Johnson@nasa.govRESPONSES SHOULD BE SUBMITTED NO LATER THAN:4:00p.m. EST on Friday, June 20, 2008 Responses to this RFI should be in accordance with the instructions above. Electronicsubmission is encouraged. Please provide two (2) copies of any written response if not submitted electronically.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da35a5497c3aebd54a2bff3e8dc16688&tab=core&_cview=1)
- Record
- SN01572997-W 20080516/080514220317-add838a61d09c3267e64ca23e0b8e877 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |