SOLICITATION NOTICE
Y -- REPLACE CHILLED WATER CONTROLS
- Notice Date
- 1/4/2012
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK12418184R
- Archive Date
- 1/4/2013
- Point of Contact
- Lester S Howard, Contracting Officer, Phone 321-867-7432, Fax 321-867-3945, Email Lester.S.Howard@nasa.gov - Sherry L. Gasaway, Lead Contract Specialist, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov
- E-Mail Address
-
Lester S Howard
(Lester.S.Howard@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) forNNK12418184R Design to Replace Chilled Water Controls, Industrial Area, John F. KennedySpace Center, Florida. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO:The primary work to be performed under this project consists of installing a newdistributed programmable logic controller (PLC) based industrial process monitoring andcontrol system based upon specialized redundant servers and workstations with control andhuman machine interface capability in conjunction with supporting ancillary related fielddevices and equipment in the KSC industrial area.Primary monitoring and control equipment will be installed at KSC Building M7-407(Industrial Area Chiller Plant [IACP]). Servers, workstations and PLCs will monitor andcontrol equipment within the IACP including water chillers, chiller water pumps,condenser water pumps, condenser tower fans, air compressors, control valves andsecondary loop pumps. Most of the equipment is fully redundant and the plant generallyoperates around 5000 tons. Additionally, the servers and workstations at the IACP willalso monitor and control pumps, control valves, variable frequency drive units, andother miscellaneous equipment (including magnetic flow meters, smart temperaturetransmitters, signal isolators, protocol converters, and serial and Ethernetcommunication devices) via an Ethernet fiber optic network connected to local PLC controlsystems at the following remote facilities on the chilled water loop: M6-409 (EngineeringDevelopment Laboratory), M7-360 (Space Station Processing Facility), M7-355 (Operationsand Checkout Building), M7-505 (Payload Support Building), M7-351 (Training Auditorium),M6-399 (Headquarters Building), M6-342 (Central Instrumentation Facility), and M6-495(Occupational Health Facility).The NAICS code for this procurement is 238210 with a small business size standard of$33.5M. The contract effort for this RFP will include the following:Task 1 -Design to Replace Chilled Water Controls, Industrial Area. Option 1-Relocate Loop Chilled Water Control ValvesOption 2-Design-Build Replacement of Eight (8) 100 Horsepower Variable Speed Motor DrivesOption 3-Upgrade Four (4) York Chiller Control PlantsThe basic contract and each option shall be bid separately. The Performance Periodincluding all tasks and options shall be completed in 730 calendar days after notice toproceed. In accordance with Federal Acquisition Regulation 36.204, Disclosure of theMagnitude of Construction Projects, the estimated price range is as follows: The total estimated cost of this project is in the estimated construction contract pricerange of between $1,000,000 and $5,000,000.The acquisition shall be conducted as a Full and Open Competition. The anticipated release date of the RFP is on or about February 28, 2012 with ananticipated offer closing date of on or about April 2, 2012. The firm date for receipt ofbids or proposals shall be stated in the RFP. A site visit will be scheduled on or aboutMarch 7, 2012. Prime contractors will be limited on the number of personnel inattendance. Specifications, Drawings and Special Conditions will be made available for downloadthrough the posted solicitation.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=76Prospective 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). All contractual and technical questions must be submitted by email. Telephone questionswill not be accepted. Point of Contact Name:Robert GlanowskiTitle: Contract Specialist Phone: 321-867-0243Fax: 321-867-2042Email: robert.glanowski@nasa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12418184R/listing.html)
- Record
- SN02648374-W 20120106/120104234112-8902391c3121294589f24d6e6ec62e10 (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 |