Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOURCES SOUGHT

Z -- UPGRADE TO THE SANITARY SEWER SYSTEM

Notice Date
9/15/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ10ZBJ012L
 
Response Due
9/24/2010
 
Archive Date
9/15/2011
 
Point of Contact
LaToy J. Jones, Contracting Officer, Phone 281-244-8023, Fax 281-483-9741, Email latoy.j.jones@nasa.gov - Karen D. Kelldorf, Contracting Officer, Phone 281-483-1863, Fax 281-483-9741, Email karen.d.kelldorf@nasa.gov
 
E-Mail Address
LaToy J. Jones
(latoy.j.jones@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only.Note: This Sources Sought Synopsis hereby replaces Sources Sought Synopsis entitledUpgrade Sanitary Sewer System NNJ10ZBH003L in it's entirety which was posted on July 07,2010. 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 Texasfor theconstruction project Upgrade Sanitary Sewer System at White Sands Testing Facility(WSTF). 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 these sites for therelease of any solicitation or synopsis. It is anticipated the NASA/JSC will issue a solicitation for the Upgrade Sanitary SewerSystem project at WSTF. The NAICS code for the project is 237110 with a small businesssize standard of $33.5 million. This NAICS code ties directly with FAR 19 of the SmallBusiness Competitiveness Demonstration Program, under the title of Water and Sewer Lineand Related Structures Construction. The magnitude of the project is between $5,000,000and $10,000,000 as set forth in FAR 36.204 Disclosure of the Magnitude of ConstructionProjects. 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. Background: The WSTF-Sanitary Sewer System Upgrade will collect wastewater from the WhiteSands Test Facility and deliver it to an existing City of Las Cruces lift station locatedon Holman Road. WSTFs wastewater system currently includes a lagoon system fortreatment. This project will facilitate the closure of these lagoons. Project Description: The work generally includes the following: Construction of 8 gravity sewer lines with manholes ranging from 5 to 10 deepincluding clearing, grubbing, trenching and backfill. Construction of 2 to 6 diameter force mains installed with 4 cover (typical)including clearing, grubbing, trenching and backfill. Installation of multiple on-site package grinder pump lift stations. Installation of Supervisory Control and Data Acquisition (SCADA) systems to support alllift stations. Electrical work to provide power to all new lift stations and SCADA systems. Installation of new Holman Road Lift Station. Includes manholes, duplex pump system,SCADA system, connection to three phase power source, electrical hardware with metalshade structure, rock wall with chain link security fencing, a 12 wide metal gate, a 20x 20 concrete masonry unit building, odor control tank, bio-filter and blower, concretework, asphalt driveway Connection and abandonment of existing sewer system components per plan. Contractor shall supply a Storm Water Pollution and Prevention Plan (SWPPP) and complywith all NPDES permit requirements. Contractor shall supply traffic control plans stamped by a civil engineer registered topractice in the State of New Mexico. Contractor shall obtain permits from Dona Ana County and the City of Las Cruces wherenecessary. 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) Note: Please respond using the same 1-9 format below to demonstrate your firmscapabilities so that NASA may best determine whether both capabilities and interest existto set aside the subject construction project. Capability Statements should: 1) Identify past projects with proven General Construction experience in the $5,000,000and $10,000,000 range within the last five (5) years. a. Provide three (3) references that highlight relevant work performed, contract numbers,contract type, dollar value of each procurement, contract period of performance, a pointof contact - address and phone numbers; b. Highlight performed work on a site critical sewage system serving a mission criticalcampus and experience with the regulations regarding sewer systems. 2) Demonstrate the ability to meet the 15% requirement of work to be performed by theprime contractor, not including the cost of materials, with its own employees as setforth in FAR 52.219-14, Limitations on Subcontracting. a. Provide examples of three (3) past projects where the potential offeror has performed15% or greater of the effort for similar projects ranging from a magnitude of $5,000,000and $10,000,000. The provided examples are to indicate that the potential offeror iscapable of performing the primary and vital functions of the contract in accordance withthe Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects thatsatisfy the requirements of both items 1 and 2 of the synopsis only need to be submittedonce but please notate as such; 3) 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; 4) Demonstrate the ability to meet Miller Act performance and payment bonding capacity of100 percent of the contract price as per FAR 52.228-15. a. Capability statement must demonstrate bonding capacity for the magnitude of projectsranging from $5,000,000 and $10,000,000. 5) Demonstrate experience with utility construction and other real property contracts ina work environment with: a. Special access requirements, and restricted periods of time when work can beperformed and occupied areas; b. Work performed with hazardous materials such as asbestos, lead paint, etc. c. Experience using GIS technology to establish actual installed line locations duringconstruction and experience integrating mechanical systems such as flow meters formonitoring. 6) Demonstrate experience involving a broad range of skills, including, but not limitedto site work, paving, utilities, structures, electrical, mechanical and plumbing systems,finishes, furnishing/outfitting, carpentry; 7) Demonstrate experience in managing and coordinating subcontractors to performelectrical, mechanical, civil, structural, and other specialty type work required tocomplete contractual requirements of projects. This should include qualified projectmanagers and superintendents familiar with construction; 8) Demonstrate knowledge of and experience with Government construction regulations andOSHA safety standards (Government Safety and Health Plans); 9) Demonstrate experience in developing safety and health plans including the ability tocomply with the JSC Total Safety and Health Handbook located athttp://jschandbook.jsc.nasa.gov/. It is the potential offerors responsibility to reviewthe entire content of the JSC Safety and Health requirements. The following generalinformation is offered to provide an idea of the JSC Safety and Health requirements. a. Potential offerors should understand that if selected for award of a JSC contract,they will be responsible for performing tasks to ensure the protection of personnel,property, equipment, and the environment in contractor products and activities generatedin support of institutional and space flight program objectives. b. In addition, to ensure compliance with pertinent NASA policies and requirements andfederal, state, and local regulations for safety, health, environmental protection, andfire protection, the contractor will be required to develop and implement a safety andhealth program in accordance with a NASA-approved safety and health plan. c. 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. d. The contractor shall develop and implement risk management techniques (including riskassessment) to be applied to hazards derived from analyses of activities and products forthe purpose of eliminating or controlling hazards as specified in NASA policies andrequirements for hazard reduction. The JSC Safety and Health Handbook provides detailedrequirements and instructions regarding safety and health procedures and policies at JSCand is incorporated by reference into all JSC contracts when performance is on site at aJSC facility. 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 La Toy Jones no later than 2:00 p.m.Central Time on September 24, 2010. Responses must be e-mailed to the contracting officerat latoy.j.jones@nasa.gov. Please reference NNJ10ZBJ012L in any response. 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. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZBJ012L/listing.html)
 
Record
SN02282722-W 20100917/100915235843-fb3a08e355cf6f7eb3d49959fff75ee0 (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.