SOLICITATION NOTICE
J -- INSTALL ELEVATOR VAB TOWER F IN THE VERTICAL ASSEMBLY BUILDING VAB
- Notice Date
- 2/21/2013
- Notice Type
- Presolicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK13462627R
- Response Due
- 3/8/2013
- Archive Date
- 2/21/2014
- Point of Contact
- Robert J Glanowski, Contract Specialist, Phone 321-867-7345, Fax 321-867-1166, Email robert.glanowski@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
-
Robert J Glanowski
(robert.glanowski@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for NNK13462627R Install Elevator, VAB Tower F, in the Vertical Assembly Building (VAB), at Kennedy Space Center Industrial Area THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The work to be performed under this project consists of installing a new freight elevator in high rise Tower F of the Vertical Assembly Building (VAB) at Kennedy Space Center. Also included is the replacement of the adjacent existing Tower F elevator control system and integration of operations with the new elevator. Specifically this project consists of: 1. Providing detailed system engineering and shop drawings including, but not limited to: structural modifications, installation details for control and elevator equipment, control system diagrams, wiring and interconnection drawings, product data, equipment schedules, sequence of operations, annotated software logic, arrangement diagrams and details, work plans, operations and maintenance information, training programs, record as-built documentation, engineering calculations, and other construction transmittals as required by the contract documents. These documents will be approved by the Government, prior to start of work. 2. Existing system demolition and rework. Working around operational critical facility equipment with minimal impact and system downtimes. 3. Design, demolition, and modification of existing facility structural, power, lighting, grounding, fire alarm, and communication systems to support the elevator installation. 4. Environmental and safety work including working at heights, worker protection, hazardous material avoidance or abatement, waste segregation, and waste disposal. 5. Factory design, fabrication, installation, and testing of customized elevator equipment with the following characteristics: a. Live load of 8000 lbs. b. Nominal speed of 700 feet per minute c. 34 front stops and 14 rear stops d. Rise of approximately 419 feet and 9 inches. e. Front and rear doors doors shall be two speed type f. A dupline network shall be utilized for calling elevators to various floors. g. Monitoring and control equipment installation including computer hardware, computer software, programmable automation controllers,electrical power and control wiring construction, control panel fabrication, engineering shop drawing preparation, control sequence development, custom software development, human-machine interface development, test procedure development, user training, and performance certification elements. h. Specialized control work to integrate into KSCs remote monitoring system. 6. Existing elevator control system demolition with selective re-utilization of existing equipment and wiring. Replacement of the existing Tower F elevator control system and the integration of the existing elevator operation with the new elevator. Construction phasing of control system replacement along with all essential components must be completed sequentially in a pre-planned sequence to outages. 7. Field modifications to the existing elevator shafts to support the new elevator and existing elevator revisions. 8. Electrical installation and routing of conduit, connectors, control cabinets, junction boxes, and wiring systems. 9. Modification of an existing Simplex 4100 fire alarm system hardware and software to provide required elevator system fire detection, control, and remote monitoring functions. 10. Development of training program and materials and the presentation of training material to maintenance personnel at KSC. 11. Elevator testing and commissioning including full field acceptance testing. This is the first of five similarly scoped and sized projects to be released in subsequent years. The NAICS code for this procurement is 238290 with a small business size standard of $14,000,000. The contract effort for this RFP will include the following: Basic Contract - Install Elevator, VAB Tower F, in the Vertical Assembly Building (VAB) The Performance Period - Complete the entire work ready for use not later than 10/31/2014. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: The total estimated cost of this project is in the estimated construction contract price range of between $500,000 and $1,000,000. Specifications, Drawings and Special Conditions will be made available for download through 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 over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities page is http://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 on www.fedbizopps.gov. Search for the solicitation number and then select Add Me To Interested Vendors. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted by email. Telephone questions will not be accepted. Point of Contact Name: Robert Glanowski Title: Contracting Officer Phone: (321) 867-7345 Fax: (321) 867-1166 Email: robert.glanowski@nasa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK13462627R/listing.html)
- Record
- SN02992694-W 20130223/130221234455-605b44b3a7c6425ab403052abe81d5f7 (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 |