Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOURCES SOUGHT

Y -- RECOVERY ACT - ICING RESEARCH TUNNEL REFRIGERATION SYSTEMS UPGRADE

Notice Date
9/2/2009
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC092F029L
 
Response Due
9/15/2009
 
Archive Date
9/2/2010
 
Point of Contact
Ronald L. Matthews, Contracting Officer, Phone 216-433-2766, Fax 216-433-2480, Email Ronald.L.Matthews@nasa.gov
 
E-Mail Address
Ronald L. Matthews
(Ronald.L.Matthews@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center (GRC) is seeking firms capable of Design andConstruction (design-build). The Center is looking for firms with both design andconstruction capabilities and relevant project experience as defined below for GRCsIcing Research Tunnel Refrigeration Systems Upgrade. The effort contemplated has anestimated value of less than $20,000,000.00.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.Responding firms shall address capabilities and past experience related to detailedengineering design development capability in conjunction with coordinated fieldconstruction. Architectural-engineering services require the ability to performmulti-discipline field investigation, analysis, engineering, drafting, cost estimating,and schedule generation. Construction services require the ability to performcoordinated and integrated field construction in an operational environment whileobserving NASA-specific operational, safety and environmental processes. Criticalexpertise shall include aerodynamic engineering, modeling and prediction, heat transferand thermal performance, process controls, large scale (greater than 1500 tons)industrial refrigeration systems, and maintenance and operations of complex facilitiessuch as subsonic, low temperature icing wind tunnels and/or climatic test chambers. Specific professional skills required beyond the critical skill set includeArchitectural, Civil, Structural, Mechanical, and Electrical Engineering. Systemexpertise shall include building architectural, interior design, structures (foundations,steel and concrete), site work and pavements (roads, sidewalks and parking lots),heating, ventilating and air conditioning, plumbing, fire detection and suppressionsystems (certified in the state of Ohio), sanitary and storm sewers, natural gasdistribution, steam distribution, domestic water, centralized chilled water, controlsystems, electrical power systems (low voltage up to 600volts and high voltage from 2.4kVto 138kV), lighting, lightning protection, building counterpoise grounding, communicationnetworks, and hazard assessments. Specialized services, such as environmental sampling,design and remediation (soils, lead, asbestos) and security systems may periodically berequired.Relevant project experience is defined as: 1.Design and engineering validation of large scale icing wind tunnels and/orclimatic test facilities, including large scale heat exchangers used in aerodynamicfacilities.2.New construction or renovation of large scale icing wind tunnels and/or climatictest facilities, including large scale heat exchangers used in aerodynamic facilities.3.Operational and/or maintenance experience with large scale icing wind tunnels orclimatic test facilities.4.Large scale complex construction or renovations involving industrialrefrigeration plants and/or similar process piping and equipment.5.Sites with continued operational activities during design and construction;demonstrating limited impact to continuing site operations.In order to ascertain the method of procurement for design-build services outlined above,interested firms are invited to submit a CAPABILITY STATEMENT ADDRESSING THE ABOVE ANDSHALL ALSO INCLUDE, but not limited to the following: name and address of firm, size ofbusiness; average annual revenue for the past three (3) years and number of employees;ownership, whether your firm is a Large business, Small Business (SB), 8(a), HUBZone SB,Woman-Owned SB, Veteran-owned SB, and/or Service-disabled Veteran-owned SB; number ofyears in business; affiliate information; parent company; joint venture partners;potential teaming partners; prime contractor (if interested as a potentialsubcontractor); list of customers covering the past three (3) years (highlight relevantproject experience, contract numbers, contract type, dollar value of each procurement;and points of contact- addresses and phone numbers). In addition, interested large business firms are requested to submit their proposedrecommendation for Small Business Subcontracting Plan Goals for each category (Small,Small Disadvantaged, Women-owned, HUBZone, Veteran-owned, Service-disabled Veteran-owned,and Historically Black Colleges and Universities (HBCUs)) in the event a procurement forthis effort is conducted via full and open competition. 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 Ronald L Matthews, ContractingOfficer (See contact information below) no later than September 15, 2009. Pleasereference "NNC092F029L Recovery Icing Wind Tunnel Design-Build in any response. Any referenced notes, if any, may be viewed at the following URLs linked below. This project is wholly funded under the American Recovery and Reinvestment Act (ARRA) of2009 and as such is subject to all requirements imposed by the legislation. Theserequirements are mandatory and are subject to monitoring and auditing by the Government. This procurement action will be subject to transparency and accountability so Americansknow where their tax dollars are going and how they are being spent. Mechanisms throughspecial contract terms and conditions will be implemented to accurately track, monitorand report on taxpayer funds. The Recovery Act requires reporting from the primerecipients of Federal funding. This may include special Buy American Act requirements,additional requirements for contractor reporting, and expanded Government AccountabilityOffice (GAO) and Office of Inspector General (OIG) access to contractor records. Capability Statements SHALL be submitted no later than September 15, 2009 and shall notexceed ten (10) type-written, single-sided pages. In responding to this synopsis, pleasereference Recovery Icing Wind Tunnel Design-Build. Technical and procurement related questions shall be directed to: NASA-Glenn Research CenterRonald L. Matthews21000 Brookpark RoadMail Stop 500-306Cleveland, Ohio 44135Phone: (216) 433-2766Fax: (216) 433-8000Email: Ronald.L.Matthews@nasa.govThis 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 deemedcapable may be considered in any resultant solicitation for the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC092F029L/listing.html)
 
Record
SN01937840-W 20090904/090903001011-fedb2d979f0ebb54b526660137e6b4a9 (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.