SOLICITATION NOTICE
Y -- PAYLOAD HAZARDOUS SERVICING FACILITY MECHANICAL UPGRADES
- Notice Date
- 5/4/2011
- Notice Type
- Presolicitation
- 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
- NNK11384684R
- Archive Date
- 5/4/2012
- Point of Contact
- Richard M. Johanboeke, NASA Contracting Officer, Phone 321-867-0586, Fax 321-867-1111, Email richard.m.johanboeke@nasa.gov
- E-Mail Address
-
Richard M. Johanboeke
(richard.m.johanboeke@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLYTHERE IS NO SOLICITATION, PLANS OR DRAWINGS TO REQUEST BASED ON THIS PRE-SOLICITATIONNOTICETELEPHONE CALLS WILL NOT BE ACCEPTEDNASA/KSC plans to issue a Request for Proposal (RFP) for the Payload Hazardous ServicingFacility (PHSF) Mechanical Upgrades at the John F. Kennedy Space Center, Florida.SCOPE OF WORK(To be finalized in the RFP) The primary task of the construction firm will be to replacethe main air handling units (AHUs), pre-conditioning coil units (PCCs), and related HVACcontrol devices, instrumentation, and structural supports for these systems at the PHSF.The PHSF is a clean room environment and is utilized to prepare payloads/spacecraftlaunched through the Launch Service Program (LSP). Construction phasing of each AHU andPCC replacement along with its essential components must be completed sequentially. Specifically, this project may consist of: a. Replacing exterior chilled and hot water type air-handling units and pre-conditioningcoil units at the PHSF. b. Providing modifications to structural support framing of the mechanical systems to bereplaced. 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. d. Environmental and safety work including worker protection, asbestos/lead avoidance orabatement, waste segregation, and waste disposal. e. Providing detailed system engineering and shop drawings including, but not limited to,control system diagrams, ladder diagrams, product data, equipment schedules, wiringdiagrams, sequence of operations, control panel arrangement diagrams, operations andmaintenance information, record fire alarm as-builts, fire alarm testing procedures, HVACcalculations, and other construction transmittals as required by the contract documents.These documents will be approved by the Government, prior to start of work.The NAICS code and small business size standard for this procurement are 238220 and$14.0M.The effort will include the following tasks and options:Task 1 BASE, PHSF MECHANICAL UPGRADES. 270 Calendar days after Notice to Proceed.Task 2 OPTION 1, Replacement of PHSF AHU #5 and AHU #6. If Option 1, is exercised excluding Option 2, the Total Contract Performance Period shallNot Exceed 360 calendar days; however, the requirements of Task 1 (Base Bid) shall notexceed 270 calendar daysTask 3 OPTION 2, Replacement of PHSF AHU #3If Option 2, is exercised excluding Option 1, the Total Contract Performance Period shallNot Exceed 360 calendar days; however, the requirements of Task 1 (Base Bid) shall notexceed 270 calendar daysOPTIONS 1 & 2. If Option 1 and 2, are exercised, the Total Contract Performance Periodshall Not Exceed 450 calendar days; however, the requirements of Task 1 (Base Bid) shallnot exceed 270 calendar daysEach task and option shall be bid separately.The total estimated cost of this project is in the estimated construction contract pricerange of between $1,000,000 and $5,000,000.This acquisition shall be conducted as a full and open acquisition.The anticipated release date of the RFP is on or about 5/20/2011 with an anticipatedoffer closing date of on or about 6/20/2011. A site visit will be scheduled in the RFP.Prime contractors will be limited on the number of personnel in attendance.Specifications and Drawings will be made available for download through the postedsolicitation. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note 'B'. The solicitation and any documents related to this procurement shall be available overthe Internet. 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/KSC Business Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Prospective offerors are encouraged to register their intent to submit an offer onwww.fedbizopps.gov. Search for the solicitation number and then select Add Me ToInterested Vendors. It is the offerors responsibility to monitor the Internet site forthe release of the solicitation and amendments (if any). Potential offerors will beresponsible for downloading their own copy of the solicitation and amendments (if any).TELEPHONE CALLS WILL NOT BE ACCEPTED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11384684R/listing.html)
- Record
- SN02439377-W 20110506/110504234519-b5f7f3922f7b17244a32740b2a85092d (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 |