SOURCES SOUGHT
Z -- FY 14 CONSTRUCTION OF FACILITIES REPAIR HANGAR FIRE SUPPRESSION SYSTEM
- Notice Date
- 12/19/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14499005E
- Response Due
- 1/22/2014
- Archive Date
- 12/19/2014
- Point of Contact
- Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
- E-Mail Address
-
Brian G. Bowman
(Brian.G.Bowman@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/DFRC is hereby soliciting information about potential sources for performing construction services for fire protection system improvements to aircraft storage/servicing hangars and fire protection related infrastructure at the NASA Dryden Flight Research Center (DFRC) located on Edwards Air Force Base, Edwards, CA. <p> The project will consist of demolition of four existing diesel fire pumps and their associated equipment from the central fire pumping station. Four new electric fire pumps will be re-installed with new controllers and fire alarm monitoring equipment. A electrical transformer will be required to support the new pump installations. Within one or more hangars the overhead wet fire sprinkler system will be changed to a pre-action system utilizing new linear heat detection. The control system activating the overheard fire sprinkler system will be replaced and integrated into the existing fire alarm system. Within one or more hangars the overhead deluge fire sprinkler system will be changed to a pre-action system utilizing new linear heat detection. The control system activating the overheard fire sprinkler system will be replaced and integrated into the existing fire alarm system. Within all the hangars where work is performed, draft curtains will be installed or modified to for each fire sprinkler zone. The existing low level foam protection system consisting of monitor nozzles will be demolished where applicable. A new low level foam protection system utilizing high expansion foam generators will be installed within each hangar where work is performed. The high expansion foam generators air intakes will be required to be ducted to the exterior through the roof. The new low level foam protection systems foam proportioning methods and new foam concentrate storage and delivery systems will be modified or replaced. The control system activating the low level foam protection system will be replaced and integrated into the existing fire alarm system. Activation and abort stations will be provided throughout each hangar where work is performed. Some underground work will be necessary to provide conduit runs for the new transformer and to increase the size or connect to fire main tie in locations. <p> NASA DFRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for fire protection system improvements to aircraft storage/servicing hangars and fire protection related infrastructure at the NASA Dryden Flight Research Center (DFRC) located on Edwards Air Force Base, Edwards, CA. <p> The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. <p> No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. <p> Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). <p> Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. <p> This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. <p> All responses shall be submitted to Brian G. Bowman no later than January 22, 1014. Please reference solicitation number NND14499005E in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND14499005E/listing.html)
- Record
- SN03255071-W 20131221/131219234510-57429b278a40659ff4b4bcad496ca86e (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 |