Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2014 FBO #4449
SOURCES SOUGHT

Z -- SOURCES SOUGHT SYNOPSIS FOR REPLACEMENT OF COMPRESSORS 1 2 AND 3 IN BUILDING1247E AT NASA LANGLEY RESEARCH CENTER IN HAMPTON VIRGINIA

Notice Date
1/27/2014
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL14ZD4002L
 
Response Due
2/21/2014
 
Archive Date
1/27/2015
 
Point of Contact
Michael T. Stubbs, Contract Specialist, Phone 757-864-2435, Fax 757-864-8863, Email Michael.T.Stubbs@nasa.gov - Richard T Cannella, Contract Specialist, Phone 757-864-2494, Fax 757-864-9774, Email Richard.T.Cannella@nasa.gov
 
E-Mail Address
Michael T. Stubbs
(Michael.T.Stubbs@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/LARC is hereby soliciting information about potential sources for REPLACEMENT OF COMPRESSORS 1, 2 and 3 in BUILDING 1247E AT NASA LANGLEY RESEARCH CENTER in HAMPTON VIRGINIA The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking capability statements from interested parties, including Large, Small, Small Disadvantaged (SDB), 8(a), Woman-Owned (WOSB), Veteran-Owned (VOSB), Service Disabled Veteran-Owned (SD-VOSB) and Historically Black Colleges and Universities (HBCUs). The Government reserves the right to issue any upcoming solicitation as a Large, Small, SDB, 8(a), WOSB, SD-VOSB, or HUBZone business set-aside based on responses hereto. Two North American Industry Classification System (NAICS) codes may apply to this procurement. The first is 238220, Industrial process piping installation, with a size standard of $14 million dollars, and the second is 236210, addition, alteration and renovation, general contractors, industrial building (except warehouses), with a size standard of $33.5 million dollars. PROJECT DESCRIPTION: NASA LaRC is seeking firms capable of the procurement, installation and activation of industrial service equipment. The Center is looking for firms with construction capabilities and relevant project experience as defined below for a project at LaRC to replace 3 of the 6 existing compressors in Building 1247E with a single, larger compressor. The effort contemplated has an estimated value of more than $10,000,000.00. Responding firms shall address capabilities and past experience related to capabilities in coordinated field construction of industrial mechanical, electrical and controls systems to facilitate the replacement of compressors #1, #2, and #3 (Clark CRA reciprocating compressors, each 2.5 lb/sec @ 5,000 psi) and associated foundations and ancillary air drying, back pressure control, power, coolant, lubricant, air, vent and instrumentation systems; with one 8 lb/sec (minimum) compressed air system, including replacement (partially or completely) of the oil-water separator (OWS) and condensate floor drain systems. LaRCs compressors are a component of the High Pressure Air Production and Distribution (HPAPaD) system and provide compressed air to support 25 research facilities from a series of storage tank fields. The goals of this project are to obtain reliable performance and operation, improved maintainability and improved on-line availability by utilizing industry proven equipment and operation techniques. This is intended to be a turn-key system based on proven technologies utilizing off the shelf systems and components. The new compressor system shall consist of a centrifugal compressor that feeds a dryer that feeds a reciprocating compressor and shall have a design life expectancy of 30 years. Although LaRC expects to operate the compressor 1,000 hours per year, the compressor shall be designed to perform per normal industry standard (continuous operation). Currently, compressors normally operate on weekdays for 8-12 hours during the day and are turned off for the remaining 12-16 hours. The new compressor system shall provide 6,000 psig air at a minimum flow rate of 8 lb/sec and shall provide air at an atmospheric dew point of -80F. The new OWS system shall process the total volume of oily water discharge from the new compressor and the 3 additional existing compressors. The new compressor shall be designed to afford room for personnel to perform routine and expected maintenance without removal from the Compressor Station. Ergonomic designs shall be incorporated where possible. These construction services require the ability to perform coordinated and integrated field construction in an operational environment while observing NASA-specific operational, safety and environmental processes. Critical expertise includes the construction of mechanical pressure and piping systems; construction of structural support systems; electrical installation of feeder, regulation, conditioning and control systems; integrated control systems installations for local and distributed industrial process control systems; environmental remediation within existing facilities; and demolition of existing systems within active industrial facilities.The proposed project specifically requires that the offeror source equipment vendors and work with those vendors to develop and provide equipment control and instrumentation systems that integrate wholly with the existing plant and campus distributed controls systems at LaRC. The offeror will be further required to activate the systems and demonstrate the functional integration and performance of these systems under a wide range of operational conditions and situations. Specific professional skills required include schedule management, procurement of materials and services, job site safety and environmental management, quality control management and subcontractor coordination. Relevant project experience is defined as: 1. Procurement, installation and activation of complex industrial process systems. 2. Development, procurement, installation and activation of distributed industrial control systems. 3. Operational and/or maintenance experience with large, complex industrial process systems. 4. Large scale complex construction or renovation projects involving numerous subcontractors including a demonstrated ability to schedule, coordinate and manage multi-faceted projects. 5. Execution of construction projects at sites with continued operational activities during construction that demonstrate limited impact to continuing site operations. 6. A demonstrated commitment to safety, health and environmental protection during the execution of construction projects. In order to ascertain the method of procurement for the construction services outlined above, interested firms are invited to submit a CAPABILITY STATEMENT ADDRESSING THE ABOVE AND SHALL ALSO INCLUDE, but not limited to the following: name and address of firm; size of business; average annual revenue for the past three (3) years and number of employees; ownership, whether your firm is a Large Business, Small Business (SB), 8(a), HUBZone SB, Woman-Owned SB, Veteran-Owned SB, and/or Service-Disabled Veteran-Owned SB; number of years in business; affiliate information; parent company; joint venture partners; potential teaming partners; prime contractor (if interested as a potential subcontractor); list of customers covering the past three (3) years (highlight relevant project experience, contract numbers, contract type, dollar value of each procurement and points of contact with addresses and phone numbers). Capability statements shall be no longer than ten (10) type-written, single-sided pages. In addition, interested large business firms are requested to submit their proposed recommendation for Small Business Subcontracting Plan Goals for each category (Small, Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned, Service-Disabled Veteran-Owned, and Historically Black Colleges and Universities (HBCUs)) in the event a procurement for this effort is conducted via full and open competition. Please advise if this requirement is considered a commercial item or commercial-type service. A commercial item is defined in Federal Acquisition Regulation (FAR) 2.101.Any questions you may have are to be submitted in writing, via email, to be used for consideration in the development of the requirements. This sources sought 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. All questions and/or responses shall be submitted electronically via email to M.T. Stubbs at m.t.stubbs@nasa.gov no later than February 21, 2014. Please reference NNL14ZD4002L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL14ZD4002L/listing.html)
 
Record
SN03275123-W 20140129/140127234544-bbd441ed62ee24dbf55e2265768342c3 (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.