Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOURCES SOUGHT

41 -- REFURBISH ENVIRONMENTAL CONTROL SYSTEM LAUNCH COMPLEX 39B

Notice Date
2/20/2014
 
Notice Type
Sources Sought
 
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
NNK14GUMKE_ECS_LC39B
 
Response Due
3/6/2014
 
Archive Date
2/20/2015
 
Point of Contact
Randall Gumke, Contract Specialist, Phone 321-867-3322, Fax 321-867-1166, Email randall.a.gumke@nasa.gov - Robert J Glanowski, Contract Specialist, Phone 321-867-7345, Fax 321-867-1166, Email robert.glanowski@nasa.gov
 
E-Mail Address
Randall Gumke
(randall.a.gumke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Refurbish Environmental Control System (ECS), Launch Complex (LC) 39B Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Refurbish Environmental Control System (ECS), Launch Complex (LC) 39B INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) 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), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Refurbish Environmental Control System (ECS), Launch Complex (LC) 39B at Kennedy Space Center, Florida 32899. 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. The North American Industry Classification System (NAICS) code for this procurement is 238220 titled Plumbing, Heating, and Air-Conditioning Contractors, with a size standard of $14.0 million. Estimated award date for this contract is June July 2014, with a project period of performance of approximately 365 calendar days. Estimated award amount is more than $10,000,000. SCOPE OF WORK The work includes but is not limited to the following: The refurbishment / replacement of the Environmental Control System (ECS) at Launch Complex (LC) 39B. The completed ECS will provide conditioned clean purge air to various compartments of the new Space Launch System (SLS) vehicle. The refurbishment / replacement scope includes the following components, but is not limited to; chillers, large volume blowers, high-pressure ducts, piping, industrial process PLC-based controls, humidifiers and boilers, and associated electrical equipment. All equipment will be installed at KSC Building J7-337 (Launch Pad 39B). Existing chillers, blowers, plenums, piping and ducts will be replaced, requiring careful removal and demolition. Electrical equipment supporting the ECS will be will be modified to accommodate the new equipment.New ducts will be installed to interface with the Mobile Launcher and require modifications to the structural support tower. All cooling tower equipment including fill, fans, gear boxes, pumps, valves, piping, grating, handrails will be replaced and the concrete structure repaired/refurbished. Control System work will require development of industrial process controls using a PLC-based head end, ControlNet distributed I/O and specialized 28VDC distribution and involves integration into an existing control architecture. Fabrication of system cables will include signal-level I/O and AC and DC distribution and control, and will utilize heavy-duty cables and MIL-SPEC connectors required to meet various KSC and MIL standards. This facility will be undergoing other construction modifications during the performance of this construction project and close coordination with the Governments team will be required. Specifically, this project consists of, but is not limited to: A. Refurbishment of the LC 39B Environmental Control System. 1. Refurbishment of existing concrete cooling tower including replacement of all components except a patch/repair only of concrete surfaces. 2. Replacement of condenser, chilled water / glycol, and condensate pumps and piping and cooling coils. 3. Replacement of large volume multi-stage blowers. 4. Fabrication and installation of high pressure (~ 10psig) air-tight flanged single wall and dual wall ductwork and heater / humidification chambers with insulation. 5. Structural modifications to the existing ECS stub-tower connections on the Pad surface. 6. 60Hz power modifications to switchgear and motor control centers. 7. Fabrication of custom heavy duty connector type control cabling and installation between instrumentation / control devices and remote IO and/or power distribution cabinets. 8. Replacement of Allen Bradley PLC control components and development of associated software to meet all component / system sequence of operations that will provide expected performance requirements of air and GN2 purges. B. Contractor will be required to closely coordinate all sub-contractors trades and provide detailed CAD based dimensioned fabrication, coordination, and installation drawings for the multiple systems described above. C. Contractor will be required to provide independent (without Government witness) testing results of each system (ductwork leak and proof tests, maximum system performance requirement test, and sequence of operations validation) and provide full support to operate the system for the Governments witnessed Commissioning including functional and system integration testing. CAPABILITY STATEMENT It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above. The capability package shall be no more than ten (10) pages in length and printed in not smaller than 12 point type. The capabilities statement will consist of a: 1 page cover sheet referencing Source Sought Notice NNK14GUMKE_ECS_LC39B, Capabilities Statement Refurbish Environmental Control System (ECS), LC39B. And; 4 pages discussing: 1. Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). 2. Business size and number of employees. Specifically state whether your firm is a large or small business in NAICS Code 238220. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3. Financial Capability Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, and the firms average annual revenue for the past 3 years. 4. Experience Provide the number of years in business and listing of relevant work performed in the previous five (5) years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: a. Projects involving the coordination and installation of complex multi-discipline industrial process projects involving air and / or GN2. b. Projects involving the installation of high pressure large volume (prefer >750 lbm/min dry air) blowers (process air compressors). c. Projects involving the modification and/or replacement of switchgear, motor control centers and other 60Hz power components d. Projects involving the modification and/or replacement of industrial PLC-based process control systems including SCADA development. Remaining pages can be used to further elaborate on pertinent experience information. Capability packages must be submitted electronically, via e-mail, to Randall Gumke, NASA Contract Specialist, at the following email address: randall.a.gumke@nasa.gov on or before (10 working days) March 06, 2014 NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. DISCLAIMER: This Sources Sought Notice is for planning purposes only, subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this Notice, nor will the Government reimburse an offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. Respondents will not be notified of the results of the evaluation. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the Federal Business Opportunities Website, FedBizOpps, ( https://www.fbo.gov/ ) and on the NASA Acquisition Internet Services, NAIS, ( http://prod.nais.nasa.gov/cgi-bin /nais/index.cgi ). It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this notice does not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14GUMKE_ECS_LC39B/listing.html)
 
Record
SN03292468-W 20140222/140220234712-15b93101a13f06ec4e8aa6fb619842b8 (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.