Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
SOURCES SOUGHT

Z -- REQUEST FOR INFORMATION - REPAIR DFRC PRIMARY HIGH VOLTAGE ELECTRICALDISTRIBUTION SYSTEM - PHASE 6

Notice Date
4/29/2010
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10331659L
 
Response Due
5/14/2010
 
Archive Date
4/29/2011
 
Point of Contact
James M. Hillman, Contracting Officer, Phone 661-276-2457, Fax 661-276-2292, Email James.M.Hillman@nasa.gov - Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov
 
E-Mail Address
James M. Hillman
(James.M.Hillman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by the NASA/DFRC to post a Request For Information via theinternet, and solicit responses from interested parties. This document is forinformation and planning purposes and to allow industry the opportunity to verifyreasonableness and feasibility of the requirement, as well as promote competition. Prospective offerors are invited to submit written comments or questions to: NASA DrydenFlight Research Center, ATTN: Jim Hillman, Contrating Officer, E-Mail Address:james.m.hillman@nasa.gov, no later than 14MAY10. When responding reference NND10331659L.Request for InformationProject TitleRepair DFRC Primary High Voltage Electrical Distribution System - Phase 6Statement of NeedThe National Aeronautics and Space Administration (NASA) at the Dryden Flight ResearchCenter (DFRC) is soliciting information from potential sources for the project entitledRepair DFRC Primary High Voltage Electrical Distribution System - Phase 6, located atEdwards, CA 93523. Vendors having the capabilities necessary to meet or exceed thestated requirements are invited to submit capability packages, appropriate documentation,and references.BackgroundThe contractor shall provide the necessary resources to replace Dryden's main electricaldistribution (Substation 16). This substation is critical to the operation of the entireDryden campus and must remain in operation during construction. All power outages mustbe pre-approved by NASA. Power outages shall be minimized and occur after normal workhours or on weekends only. We will also be testing the operations of the power plant andnew switchgear at the DFRC site after normal work hours and on weekends.Work includes:Construction of a new building for the switchgear assemblies with basementstairs, rollup door, lighting and HVAC.Provision and installation of: o(2EA.) - new transformers 15/16.8/22.4 MVA, 34.5KV delta primary with fans. o12.47KV wye secondary with automatic tap changer. o(2EA.) - new 35KV vacuum interrupter switches. o(2EA) - new 12KV switchgear assemblies with tie switch. oCabinets with (2EA) - drawer compartments in each cabinet with minimum of (2EA)spare C/Bs and (2EA) spaces. oProvide and integrate new central processing unit, software, and electroniccomponent upgrades to existing Cummins generators and power distribution system controlsin Drydens power plant. oShort circuit calculation and coordination setup for C/B relays. oArc Flash analysis, calculation, and warning labels for all high voltageequipment. oProgrammable Logic Control (PLC). The power plant and switchgear building willuse one (1) plus hot backup PLCs to control both locations. All controls shall beCummins Power Generation only.Testing of high voltage cables, protection relays, transformers, switchgear, andpower plant commissioning using International Electrical Testing Association (ITEA)testing standards. Testing will be performed at the Cummins Power Generation facility.The NAICS code for this procurement is 237130 with a small business size standard of$33.5 Million.In accordance with FAR 36.204, Disclosure of the Magnitude ofConstruction Projects, the estimated price range of this project is between $5,000,000and $10,000,000.QualificationsResponders to this notice are requested to submit a capability package providing thefollowing information:1.Organization name, DUNS Number, address, description of principal businessactivity, number of year(s) in business, and primary point(s) of contact.2.Business size, number of employees; ownership; whether you are large, small,small disadvantaged, 8(a), HUBZone, Service Disabled Veteran-Owned, and/or woman-owned. 3.Financial Capability - Provide bonding capacity of your firm and the most currentBalance Sheet and Income Statement, average annual revenue for the past three (3) years.Experience Information RequestedNumber of year(s) in business and listing of relevant work performed in the previousthree (3) years. Relevant work for the purposes of this notice can be defined as, butnot limited to, the following:Experience with configuration of central processing unit, controls, overloadrelays, fault protection in existing Cummins Generators with no available documentationreflecting the existing configuration.Experience in installation of high voltage vacuum interrupter switches.Experience in performing all testing at a Cummins Power Generation factory tosimulate the complete operation of the system.Experience in installation of 20 MW and larger double ended substation withautomatic tap changer.Experience with existing underground High Voltage (15KV & 35KV) systems at NASADFRC and Edwards AFB.Experience with NASA safety and quality assurance requirements.Experience in interfacing with existing substation controls during theconstruction of the project.Experience in construction of a building housing electrical switchgear with aconcrete basement.Experience in Arc Flash Analysis, calculation, labels for substation, panels,switchgear, transformers and switches.Short circuit calculation and coordination setupfor C/B delays.Experience in testing of high voltage cables, protection relays, transformers,switchgear, power plant commissioning using the International Electrical TestingAssociation (ITEA) standards for testing.Experience in complete redesign and installation of new generator controls forthe existing Cummins generator plant to operate the power plant and switchgear building. Experience in power plant operations, design, and commissioning.Experience with Programmable Logic Controls (PLCs). The power plant andswitchgear building will use one PLC to control both locations, all controls shall beCummins Power Generation onlyResponse InstructionsThe requested responses are for information and planning purposes only. NASA does notintend to post information or questions received to any website or public accesslocation. NASA does not plan to respond to the individual responses. All responsesshould be provided in MS Word document format.Font should be Times New Roman, size 12. Responses will consist of a cover sheet and five (5) pages and should reference RequestFor Information NND10331659L, Repair DFRC Primary High Voltage Electrical DistributionSystem Phase 6. Responses must be submitted electronically to the Contracting Officerlisted below: NASA Dryden Flight Research CenterATTN: Jim Hillman @james.m.hillman@nasa.govRespond by 4:00PM PDT, May 14th, 2010.Comments may be forwarded to Jim Hillman via electronic transmission or by facsimiletransmission.This presolicitation synopsis is not to be construed as a commitment by the Government,nor will the Government pay for the information submitted in response.Respondents willnot be notified of the results.An ombudsman has been appointed -- See NASA Specific Note 'B'.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24 It is the offeror'sresponsibility to monitor the Internet cite for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10331659L/listing.html)
 
Record
SN02135534-W 20100501/100429234540-701b6f07939e3d87641903242978ca5e (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.