Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOURCES SOUGHT

Z -- PAYLOAD HAZARDOUS SERVICING FACILITY MECHANICAL UPGRADE

Notice Date
11/4/2010
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
2011GRIFFIN1R
 
Response Due
12/6/2010
 
Archive Date
11/4/2011
 
Point of Contact
Karen M Griffin, Contracting Officer, Phone 321-867-5546, Fax 321-867-1166, Email karen.m.griffin@nasa.gov
 
E-Mail Address
Karen M Griffin
(karen.m.griffin@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged, 8(a), Woman-Owned, Veteran Owned, Service Disabled Veteran Owned, andHistorically Underutilized Business Zone (HUBZone) businesses for the purposes ofdetermining the appropriate level of competition and small business subcontracting goalsfor the repair by replacement of the Heating, Ventilation, and Air Conditioning (HVAC)systems at the Payload Hazardous Servicing Facility (PHSF) at Kennedy Space Center,Florida 32899. Vendors having the capabilities necessary to meet or exceed the statedrequirements are invited to submit capability packages, appropriate documentation andreferences. The Government reserves the right to consider a Small, Small Disadvantaged,8(a), Woman-Owned, Veteran Owned, Service Disabled Veteran Owned, or HUBZone businessset-aside. The NAICS code for this effort is 238220 and the small business size standard is $14.0M. MAGNITUDE OF PROJECT: In accordance with Federal Acquisition Regulation 36.204,Disclosure of the Magnitude of Construction Projects, the estimated price range is asfollows: (f) Between $1,000,000 and $5,000,000. SCOPE OF WORK: This project is to replace the main air handling units (AHUs), pre-conditioning coilunits (PCCs), and related HVAC control devices, instrumentation, and structural supportsfor these systems at the PHSF. The PHSF is a clean room environment and is utilized toprepare payloads/spacecraft launched through the Launch Service Program (LSP).Construction phasing of each AHU and PCC replacement along with its essential componentsmust be completed sequentially. Specifically, this project consists of: a.Replacing exterior chilled and hot water type air-handling units andpre-conditioning coil units at the PHSF to include:i.Selective mechanical component demolition with re-utilization of existingequipment.ii.Working around an operational critical facility with minimal impact.iii.Patching and routing of new ducting and piping around existing structuralmembers, electrical and mechanical equipment.iv.Installation of the following, but not limited to: flow meters, strainers,control valves, balancing valves, isolation and drain valves, test plugs, industrialthermometer gages, pressure gages, air vents, coil connections, piping insulation, filterassemblies, and dampers.v.Installation of compressed air piping and valves.vi.Testing, adjusting, and balancing chilled/hot water type AHUs and PCCs, both airand water side.vii.Water analysis and water chemical treatment.viii.Developing ISO Class 8 (100k) or more stringent cleanliness plans, certificationand execution of these plans on AHUs, PCCs, coils, instrumentation, and ducts during andpost installation and prior to startup to maintain the facilitys clean roomclassification.ix.Painting and coating applications on differing substrates.b.Providing modifications to structural support framing of the mechanical systemsto be replaced to include:i.Concrete demolition and replacement.ii.Soil compaction.iii.Working around existing underground utilities and trenches.iv.Dig/excavation permits are required.v.Selective structural framing demolition.vi.Coordinating with supplied mechanical systems to ensure adequate support andproper dimensions.c.Providing modifications to existing Direct Digital Control (DDC) panels andinstallation of new and reutilization of existing control device and instrumentation.Type of existing DDC panel includes Andover. Additional aspects of this work include:i.Selective safing and removal of instrumentation and controllers to bere-utilized.ii.Installation and routing of conduit, connectors, and junction boxes aroundexisting operational equipment.iii.Installation and connection of the following instrumentation and control devices,but not limited to: valve actuators, differential pressure sensors, smoke duct detectors,damper actuators, temperature sensors, humidity and temperature duct probes, humidity andtemperature space sensors.iv.Wiring to following, but not limited to: new/existing motor starters, relays, andcurrent-to-pneumatic (IP) transducers.v.Working with Andover control software including digital and analog signals andprogramming of DDC sequence of operations.vi.Field sensor calibration and proper range resistance manipulation.vii.Commissioning the control system, by checkout of equipment functionality andaccuracy of the sequence of operations.d.Environmental and safety work including worker protection, asbestos/leadavoidance or abatement, waste segregation, and waste disposal.e.Providing detailed system engineering and shop drawings including, but notlimited to, control system diagrams, ladder diagrams, product data, equipment schedules,wiring diagrams, sequence of operations, control panel arrangement diagrams, operationsand maintenance information, record fire alarm as-builts, fire alarm testing procedures,HVAC calculations, and other construction transmittals as required by the contractdocuments. These documents will be approved by the Government, prior to start of work.CAPABILITIES STATEMENT:It is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office acapabilities statement demonstrating ability to perform the services listed above andproviding the following information: 1. Company Name, DUNS Number, Address, Description of Principal Business Activity,Primary Point of Contact, E-mail address and phone number. 2. Business size and number of employees. Specifically state whether your firm is a largeor small business. If you are a small business, please state whether your firm is a smalldisadvantaged, 8(a), HUBZone, Veteran Owned, Service Disabled Veteran-Owned, orWoman-Owned. 3. Financial Capability Provide bonding capacity of your firm and the most currentBalance Sheet and Income Statement, and the firms average annual revenue for the past 3years. 4. Experience Provide the number of years in business and listing of relevant workperformed in the previous 5 years. Relevant work for the purposes of this Notice can bedefined as, but not limited to, the following: Experience in developing ISO class 8 (100k) or better cleanliness plans, certificationand execution of these plans on clean room HVAC mechanical and electrical installationsin the last 5 years at operating, occupied, existing facilities and the associatedpiping, control work, and structural member work;Experience working in and around other clean room building systems at an active, securefacility similar in nature and complexity as government and high purity/pharmaceuticalmanufacturing settings.Experience working with Andover controls, reutilization of existing instrumentation,proper calibration, testing, balancing, and commissioning of HVAC systems and theircontrolsThe capabilities statement shall reference this Sources Sought Notice and be titled:Capabilities Statement PHSF Mechanical Upgrades, at the John F. Kennedy Space Center,Florida. The statement shall not exceed five pages.Responses must be submitted electronically, via email, to Karen Griffin, NASA ContractingOfficer, at the following address: karen.m.griffin@nasa.gov on or before Noon Local Timeon Monday, December 6, 2010. NASA/KSC may not accept an offerors submission that does not comply with the submissioninstructions. NASA/KSC will review all offerors submissions based on the breadth, depthand relevancy of experience as it relates to the work described above. DISCLAIMER This information is for planning purposes only, subject to FAR Clause52.215-3, entitled Solicitation for Information or Solicitation for Planning Purposes.It does not constitute a Request for Proposal, Invitation for Bid, or Request forQuotation, and it is not to be construed as a commitment by the Government to enter intoa contract. Moreover, the Government will not pay for the information submitted inresponse to this Notice, nor will the Government reimburse an Offeror for costs incurredto prepare responses to this Notice. NASA does not intend to post information or questions received to any website or publicaccess location. NASA does not plan to respond to the individual responses. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in the Federal BusinessOpportunities Website, FedBizOpps, (https://www.fbo.gov/) and on the NASA AcquisitionInternet Services, NAIS, (http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi ). It is thepotential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis. Failure to respond to this notice does not exclude any interested party from futureconsideration for proposals which may be announced or solicited by NASA. TELEPHONE CALLS WILL NOT BE ACCEPTED Point of Contact Name:Karen M. GriffinTitle:Contracting OfficerPhone:(321) 867-5546Fax:(321) 867-1166Email:Karen.m.griffin@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/2011GRIFFIN1R/listing.html)
 
Record
SN02322912-W 20101106/101104234517-cc0b35771dceb926458aad6cea96b29f (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.