Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
SOURCES SOUGHT

41 -- REFURBISH GROUND COOLING SYSTEM LAUNCH COMPLEX 39B

Notice Date
4/10/2014
 
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_GCS_LC39B
 
Response Due
4/23/2014
 
Archive Date
4/10/2015
 
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 Ground Cooling System (GCS), Launch Complex (LC) 39B Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Refurbish Ground Cooling System (GCS), 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 Ground Cooling System (GCS), 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 Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $14.0 million. Estimated award date for this contract is July - August 2014, with a project period of performance of approximately 240 calendar days. Estimated award amount is between $1,000,000 and $5,000,000. SCOPE OF WORK The work includes but is not limited to the following: The refurbishment and/or replacement of various Ground Cooling System (GCS) components at LC 39B. The completed GCS will provide R-134a through a closed loop as a heat transfer medium to the new Space Launch System (SLS) vehicle. The refurbishment / replacement scope includes the following components, but is not limited to; heat exchangers, high pressure stainless steel piping, reservoir tank, chemical pumps, valves, structural steel, insulation and coating systems, associated electrical equipment, and instrumentation / controls work. All equipment will be installed at KSC Building J7-337 (Launch Pad 39B). Existing valves, heat exchangers, regulators, refrigerant and GN2 (Gaseous Nitrogen) piping will be replaced, requiring careful removal and demolition.Electrical equipment supporting the GCS will be will be modified to accommodate the new equipment. New piping will be installed to interface with the Mobile Launcher and require modifications to the electrical platform structure. Evacuation of existing refrigerant and installation of new refrigerant will be required for various modules along with total system cleaning requirements based upon level 300 of KSC-C-123J, Surface Cleanliness of Ground Support Equipment Fluid Systems or similar cleanliness level based upon ISO-14952. Control System work will require development of a temporary industrial process control system using a National Instruments or approved equal control chassis to test and commission that all construction changes have met the required system performance requirements. 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 Ground Cooling System. 1.Selective demolition and replacement of heat exchangers and their support mechanisms within steel enclosures 2.Selective demolition and replacement of welded stainless steel piping inside the ECLSS building and out to the Mobile Launcher Interface. 3.Selective demolition and replacement of control / system components including but not limited to; pumps, reservoir, valves, regulators, filters, and gauges. 4.Change out to different refrigerant and oil in various closed loops 5.Installation of government provided transducers and instrumentation devices. 6.Development, installation and testing of a temporary control system to verify the complement refurbishment meets system performance requirements. 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, 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_GCS_LC39B, Capabilities Statement Refurbish Ground Cooling System (GCS), 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 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 refrigerant and/or GN2. b.Projects involving the custom fabrication of stainless steel welded pipe and system cleaning. c.Projects involving the installation of various high-pressure heat exchangers. d.Projects involving the modification and/or replacement of industrial control systems. 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) April 23, 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_GCS_LC39B/listing.html)
 
Record
SN03336097-W 20140412/140410235617-2b7157ed9a8cd644f5613f3c6c409e37 (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.