SOLICITATION NOTICE
47 -- TEST AREA PIPING
- Notice Date
- 1/30/2009
- Notice Type
- Presolicitation
- NAICS
- 331210
— Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS09ZDA001R
- Archive Date
- 1/30/2010
- Point of Contact
- Marvin L Horne, Contract Specialist, Phone 228-688-3528, Fax 228-688-6024, - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, />
- E-Mail Address
-
Marvin.L.Horne@nasa.gov, James.D.Huk@nasa.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/Stennis Space Center plans to issue a Request for Proposal Best Value MultipleAward Iindefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimal of $500,000and a maximum of $9 million. Contract length is expected to be 5 years. Specificprojects will be defined in each of the subsequently issued delivery orders. The work to be performed under this contract consists of providing design, fabrication,inspection, installation, and cleaning of specialty piping. Specialty piping includesbut is not limited to the following: cryogenic systems, kerosene-based fuel systems,gaseous nitrogen / hydrogen/ oxygen / helium / air systems, vacuum-jacketed piping, highpressure service, and high pressure industrial water service piping. Individual tasksmay include: 1) Design Services: project engineer, detail engineering, analysis (flow,thermo, flexibility, structural, etc.), drafting, drawing / document control, costbenefit analysis and field installation support 2) Fabrication / Installation: weldingabove ground pipeline into place, providing structural analysis for pipe and pipesupports, and fabricating pipe supports. Tasks will be performed in support of theStennis Space Center Test Complex test stands and critical support system equipment. Piping shall be fabricated and installed in conformance to ASME B31.3, Process PipingCode, and applicable Stennis Standards. Cleaning for high pressure Liquid Oxygen serviceand high pressure Gaseous Hydrogen systems (up to approximately 3800 psia workingpressure) will be required. Pipe diameter may range from 2 inch to 24 inch at 250 psifor vacuum-jacketed pipe and 1 inch to 6 inch for non-jacketed at 4000psi workingpressure. Task #1: Procurement of Vacuum Jacketed Piping for Transfer of Liquid Hydrogen at A-2Test Stand will be issued with the initial contract.The work to be performed under this project consists of providing the labor, equipment,and materials to analyze, construct and deliver vacuum jacketed piping segments forliquid hydrogen (LH) service in replacement of the LH transfer piping at the A-2 TestStand within the test complex area at Stennis Space Center (SSC). The work to beperformed per the specification, referenced drawings and standards includes fabricationand testing of individual piping segments only. Required delivery is April 15, 2009 for600lf and July 15, 2009 for 1103lf.Task #2: Refurbish High Pressure Gas Distribution System will be issued with the initialcontract.The work to be performed under this project consists of providing the labor, equipment,and materials to construct an aboveground cross-country gaseous hydrogen (GH) transferline to replace existing underground GH lines at Stennis Space Center.This workincludes the following: 1. Clearing and grubbing to widen existing right-of-ways(approximately one acre). 2. Installing crushed limestone bedding over which thecross-country piping will be installed. 3. Construction of cross-country pipe supports.4. Construction of cross-country high pressure stainless steel piping (approximately9,800 feet) with grounding protection.Cleaning and testing shall be included. 5.Construction of approximately four (4) vertical pipe loops for human/vehicle pass under.6. Construction of approximately five (5) concrete open trench road crossings.One (1)shell road and four (4) asphalt roads. 7. Salvaging four (4) existing valves. 8.Abandon-in-place approximately 10800 feet of existing underground piping anddemolish/remove associated aboveground piping and cathodic protection test stations.The work shall be performed while the existing underground GH lines remain in service. The project shall be planned and executed so the cross-country piping may be completelyconstructed in place, cleaned, and tested while isolated from the existing active GHsystem. Connection to the existing system will be by others after the newly constructedpiping has been accepted. Completion of work is required no later than twelve monthsfrom Notice to Proceed. This procurement is 100% small business set a-side in accordance with FAR 19.502. As aresult, all qualified responsible sources may submit a proposal, which shall beconsidered by the agency. The NAICS Code and small business size standard for thisprocurement are 331210 and 1000 employees, respectively. This synopsis was initial postedon January 12, 2008 as NNS09AA05R. A new solicitation number was created for thisproject NNS09ZDA001R. The release date of the RFP is on January 30, 2009, with anestimated bid closing date of March 02, 2009. The firm date for receipt of bids oroffers will be stated in the RFP. Offerors are urged and expected to inspect the sitewhere the work will be performed. An organized site visit has been scheduled for February09, 2009, at 9AM. Participants will meet at the South Reception Center, Stennis SpaceCenter, MS. An ombudsman has been appointed -- See NASA Specific Note "B". Specificationsand Drawings will only be made available on CDROM. Requests for copies shall be made byemail to the Bid Distribution Office: Jennifer.l.parker@nasa.gov or you may fax yourrequest to (228) 688-1141. All contractual and technical questions must be submitted inwriting to Marvin.L.Horne@nasa.gov. Telephone or fax questions will not be accepted. Thesolicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents will bein Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, whichmaybe accessed using a WWW browser application. The Internet site, or URL, for theNASA/SSCBusiness Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). A CDROMcontaining the specifications and drawings may be obtained from the Bid Distributionoffice; however, the closing date for the hard copy received shall be the same as thesolicitation, inclusive of any amendments, released on the Internet.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c9974e886ec740a1f007b94baf9c0b70&tab=core&_cview=1)
- Record
- SN01740928-W 20090201/090130215334-d16e827901389ec819ac439aa92df28b (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 |