SOURCES SOUGHT
Y -- REQUEST FOR INFORMATION PERTAINING TO THE UPGRADE AUXILIARY CHILLER PLANTBUILDING 28
- Notice Date
- 2/12/2009
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ09ZBJ001L
- Response Due
- 2/19/2009
- Archive Date
- 2/12/2010
- Point of Contact
- Roger M. Roberts, Contract Specialist, Phone 281-483-2916, Fax 281-483-9741, - David V McKay, Contracting Officer, Phone 281-483-6549, Fax 281-483-9741, />
- E-Mail Address
-
roger.m.roberts@nasa.gov, david.v.mckay@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis only.NASA/JSC is hereby soliciting capabilities information from certified 8(a), HUBZone, andService Disabled Veteran Owned Small Business (SDVOSB) concerns within a five stateregion consisting of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas forconstruction of the Upgrade to the Auxiliary Chiller Plant, Building 28 at JSC.The purpose of this request is to determine the appropriate level of competition inaccordance with FAR 19.10 Small Business Competitiveness Demonstration Program.Information received will be used to make a determination regarding the use of full andopen competition or to set aside the procurement as an 8(a), HUBZone, or SDVOSBset-aside. It is the potential offerors responsibility to monitor www.fedbizopps.gov orthe NASA Acquisition Internet Service(http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi ) for the release of anysolicitation or synopsis.It is anticipated the NASA/JSC will issue a solicitation for a General Constructioncontract for construction of the Upgrade to the Auxiliary Chiller Plant, Building 28. TheNAICS code for the project is 236210 with a small business size standard of $33.5million. This NAICS code ties directly with FAR 19 of the Small Business CompetitivenessDemonstration Program, under the title of Commercial and Institutional BuildingConstruction. The magnitude of the project is between $5,000,000 and $10,000,000 as setforth in FAR 36.204, Disclosure of the Magnitude of Construction Projects.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.This project will provide for construction of an additional capacity to the AuxiliaryCooling Plant, Building 28. Specifically, it will provide for a new open drive 2000 toncentrifugal water chiller with gear box, 4160 volt drive motor, compressor, evaporatorand condenser sections, and new pic control panel. The existing cooling tower will beexpanded to provide a new 6,000 gpm masonry cooling tower cell, including basin, pvcfill, drift eliminators, wind brake partitions, fan, gear box, electric drive motor,condenser water pump and access stairs. The project will install a new 12,480/4160 2500kva transformer, and medium voltage motor starter cabinet for the chiller drive motor. Building 28 will be extended one bay to the north. That expansion includes new PEAFpanels and relocating the existing roll up door. The bridge crane will be modified toserve the new chiller.The project will provide for new lighting, fire detectionmonitors, new exhaust fan and supply fan, new chilled and condenser water piping, newrefrigerant liquid and gas piping to the new chiller. The new bay will require berm,grading, relocation of small trees and shrubs, drive access to building 27, andrelocation of underground utilities. The new chiller shall be locally and remotelycontrolled. The Environmental Assessment resulted in a Finding of No Significant Impact(FONSI).Certified 8(a), HUBZone and SDVOSB General Construction Companies capable of performingas prime contractors that meet the requirements of this synopsis are asked to submitcapability statements in no more than seven (7) pages. Material submitted shall notcontain binding of any kind or be submitted in hard or soft folders. Capabilitystatements must include the following information: Name and address of firm Size of business Average annual revenue for past 3 years Number of employees Ownership Indicate company status as either Certified 8(a), HUBZone, SDVOSB Number of years in business Affiliate information: parent company, joint venture partners, potential teamingpartners, etc CAGE Code (if available)In addition, capability statements must address the following:1) Capability statements should identify past projects with proven General Constructionexperience within the last five (5) years with emphasis on work performed on a Federalinstallation and include three (3) references. These references must highlight relevantwork performed, contract numbers, contract type, dollar value of each procurement, apoint of contact - address and phone numbers.2) Demonstrated experience with new construction, partial or total renovations, or majorrefurbishment, including utility mechanical building equipment installation (i.e.,industrial water chiller) requiring significant coordination of all necessary trades,such as mechanical, structural, concrete, site preparation, electrical, and roofing toaccomplish the work for a facility similar in size and scope in a work environment withspecial access requirements, and restricted periods of time when work can be performed;3) Ability to meet Miller Act performance and payment bonding capacity of 100 percent ofthe contract price as per FAR 52.228-15. Capability statement must demonstrate bondingcapacity for the magnitude of the project which is between $5,000,000 and $10,000,000.4) Ability to meet the 15% requirement of work to be performed by the prime contractor,not including the cost of materials, with its own employees as set forth in FAR52.219-14, Limitations on Subcontracting. Provide examples of three (3) past projectswith emphasis on work performed on a Federal installation where the potential offeror hasperformed 15% or greater of the effort for similar projects with a magnitude of between$5,000,000 and $10,000,000. The provided examples are to indicate that the potentialofferor is capable of performing the primary and vital functions of the contract inaccordance with the Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE:Projects that satisfy the requirements of both items 1 and 2 of the synopsis only need tobe submitted once.5) Identify any OSHA violations within the last 3 years, specifically injury or deathrelated. Also provide disposition of any OSHA violations. If no violations have occurred,please so state;6) Experience involving a broad range of skills, including, but not limited to site work,paving, utilities, structures, electrical, mechanical and plumbing systems;7) Experience in managing and coordinating subcontractors to perform electrical,mechanical, civil, structural, and other specialty type work required to completecontractual requirements of projects. This should include qualified project managers andsuperintendents familiar with construction.8) Knowledge of and experience with Government construction regulations and OSHA safetystandards (Government Safety and Health Plans);9) Experience in developing safety and health plans including the ability to comply withthe JSC Total Safety and Health Handbook located at http://jschandbook.jsc.nasa.gov/. It is the potential offerors responsibility to review the entire content of the JSCSafety and Health requirements. The following general information is offered to providean idea of the JSC Safety and Health requirements. Potential offerors should understandthat if selected for award of a JSC contract, they will be responsible for performingtasks to ensure the protection of personnel, property, equipment, and the environment incontractor products and activities generated in support of institutional and space flightprogram objectives. In addition, to ensure compliance with pertinent NASA policies andrequirements and federal, state, and local regulations for safety, health, environmentalprotection, and fire protection, the contractor will be required to develop and implementa safety and health program in accordance with a NASA-approved safety and health plan.The contractor will implement system safety engineering tasks for flight andinstitutional program activities and products in accordance with the schedule andapplicable flight and institutional requirements as documented in the contractors SystemSafety Program Plans (SSPPs) which must be approved by NASA. The contractor shall developand implement risk management techniques (including risk assessment) to be applied tohazards derived from analyses of activities and products for the purpose of eliminatingor controlling hazards as specified in NASA policies and requirements for hazardreduction. The JSC Safety and Health Handbook provides detailed requirements andinstructions regarding safety and health procedures and policies at JSC and isincorporated by reference into all JSC contracts when performance is on site at a JSCfacility.RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed thestated requirements are invited to submit appropriate documentation and references asrequested. All responses shall be submitted to David V. McKay no later than 10:00 a.m. Central Timeon February 19, 2008. Responses may be e-mailed to the contracting officer atdavid.v.mckay@nasa.gov. Please reference NNJ09ZBJ001L in any response. Mailing addressis:NASA Johnson Space Center, Attn: David V. McKay, Mail Code BJ3, 2101 NASA Parkway,Houston, Texas 77058This 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. The Governmentreserves the right to consider a 8(a), HUBZone, or SDVOSB set-aside based on responseshereto. All 8(a), HUBZone or SDVOSB owned firms will need to be certified at the time ofproposal submission if the procurement is set-aside.Any questions regarding this announcement should be directed to the identified point ofcontact. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a351709c84265e69beef9b9532e57c4e&tab=core&_cview=1)
- Record
- SN01750016-W 20090214/090212220800-a351709c84265e69beef9b9532e57c4e (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 |