Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2009 FBO #2631
SOURCES SOUGHT

Z -- NASA ADVANCED SUPERCOMPUTING FACILITY N258 ELECTRICAL SUPPLY RELIABILITYIMPROVEMENT PROJECT PHASE IB AND II

Notice Date
2/6/2009
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
282501ACR
 
Response Due
2/20/2009
 
Archive Date
2/6/2010
 
Point of Contact
AnJennette C. Rodriguez, Contracting Officer, Phone 650-604-0976, Fax 650-604-2593, - Carol Dones, Contracting Officer, Phone 650-604-3717, Fax 650-604-2593, />
 
E-Mail Address
anjennette.c.rodriguez@nasa.gov, carol.a.dones@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for a reliablepower supply for NASA Advanced Supercomputing Facility N258 located at NASA Ames ResearchCenter, Moffett Field California 94035.The work to be performed under this contract consists of providing the labor, equipment,and materials to install an infrastructure, and of providing the design, labor,equipment, and materials for one or more Rotary Uninterruptible Power Supply (RUPS) unitscomplete with switchgear and auxiliary systems, housed in outdoor enclosures. All commonequipment must be capable of accommodating a future complement of up to four (4) RUPSunits operating in parallel. This is comprised of designing and providing the switchgearand ancillary equipment in an outdoor enclosure; ramps, stairs and concrete fill pads;removal of existing cables; and installation of both GFE and Contractor furnished cables.Provide all RUPS switchgear needed to support one (1) to four (4) RUPS units, auxiliarytransformer, lighting panel, fire alarm panel, transceiver, monitoring equipment,batteries, etc. which are housed in a common outdoor enclosure. The RUPS switchgearenclosure shall be sized for the full complement of auxiliary panels for four (4) RUPSunits. Install GFE protective relays and power meters in the new RUPS switchgear.Demolish existing feeders between manhole MHE219 and Building N258 13.8 kV switchgear.Provide medium voltage cables in existing underground ducts between the existing feedersystem at SW610 and the new RUPS switchgear. Provide medium voltage cables in existingunderground ducts between the new RUPS switchgear and the existing N258 13.8 kVswitchgear. Install GFE medium voltage and ground cables in existing underground ductsbetween the existing Substation N225B System D switchgear and the new RUPS switchgear. [GFE quantities are less than the required lengths.] Provide additional lengths ofmedium voltage and ground cables in existing underground ducts between the existingSubstation N225B System D switchgear and the new RUPS switchgear. [See previous entry.]Provide power and controls interconnection wiring to adjacent building, N258. Provideindoor and outdoor lighting. Provide enclosure air conditioning. Provide a fireprotection system. Provide a fire alarm system. Install GFE transceiver and antenna.Provide graphic annunciator and emergency power off switch. Provide concrete fill padsbetween existing RUPS equipment pads. Provide access ramps and stairs and test, startupand commission the system.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). All questions should be directed to:.AnJennette C. Rodriguez at AnJennette.C.Rodriguez@nasa.gov or Carol Dones atCarol.A.Dones@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to AnJennette C. Rodriguez no laterthan February 20, 2009. Please reference 282501ACR in any response. Any referencednotes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b3511c401da07ed4b5d1dd0983d76d63&tab=core&_cview=1)
 
Record
SN01745476-W 20090208/090206215246-b3511c401da07ed4b5d1dd0983d76d63 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.