Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOURCES SOUGHT

J -- REFURBISH AND UPGRADE WATER SYSTEM LAUNCH COMPLEX LC 39B PHASE 3

Notice Date
5/28/2014
 
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
NNK14GLANOWSKI_WATER_SYSTEM
 
Response Due
6/7/2014
 
Archive Date
5/28/2015
 
Point of Contact
Robert J Glanowski, Contract Specialist, Phone 321-867-7345, Fax 321-867-1166, Email robert.glanowski@nasa.gov - Randall Gumke, Contract Specialist, Phone 321-867-3322, Fax 321-867-1166, Email randall.a.gumke@nasa.gov
 
E-Mail Address
Robert J Glanowski
(robert.glanowski@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Refurbish and Upgrade Water System, Launch Complex (LC) 39B, Phase 3 Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Refurbish and Upgrade Water System, Launch Complex (LC) 39B, Phase 3 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), Historically Underutilized Business Zone (HUBZone) businesses, and Economically Disadvantaged Woman-Owned Small Business (ED-WOSB) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Refurbish and Upgrade Water System, Launch Complex (LC) 39B, Phase 3 at Kennedy Space Center, Florida 32899. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman-Owned Small Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) codes for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $14 million. Estimated award date for this contract is September 2014, with a project period of performance of approximately 300 calendar days. Estimated award amount is between: $500,000 and $1,000,000. SCOPE OF WORK The work includes, but is not limited to, modification through demolition, repair, and/or replacement of pipe and components on the fire suppression and freeze protection supply and return loops and individual fire suppression systems at various locations around LC 39B including, but not limited to, the T-3 Tank Farm, South Perimeter Valve Pit, Pad Surface, LH2 Transfer Area, and GH2 Area. The work also includes scope at the LC 39 Pump Station (J7-1388) outside of the LC 39B perimeter fence. 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.Refurbish and Upgrade Water System, LC 39 B, Phase 3. 1.Demolition of the T-3 Tank at the LC 39 B (J7-0337) Tank Farm. This includes demolition of appurtenances, instrumentation, and associated piping. 2.Demolition of the air compressor and shelter at the LC 39B (J7-0337) Tank Farm. This includes demolition of appurtenances, instrumentation, and associated piping. 3.Demolition of the LC 39 B (J7-0337) Tank Farm valve pit valves, piping, and other components, and reconfiguration of valves and piping as indicated. This includes filling the pit and providing a concrete slab. 4.Demolition of the 3 fire suppression freeze protection supply pump at the LC 39 B (J7-0337) Tank Farm. This includes demolition of appurtenances, instrumentation, and associated piping. 5.Demolition of the 10 pressure reducing surge valves at the T-3 Tank at the LC 39 B (J7-0337) Tank Farm. This includes demolition of gate valves and appurtenances. 6.Reconnection of remaining 10 fire suppression supply piping that supplies valve V-280 on the east pad slope and the east pad surface hose reels at the LC 39 B (J7-0337) Tank Farm. This includes replacement of valve V-280 and appurtenances on the pad slope. 7.Replacement of 8 freeze protection return piping at the LC 39 B (J7-0337) Utility Tunnel and Tank Farm. This includes pipe hangers and appurtenances. 8.Removal and replacement of existing fire suppression/freeze protection valves assessed to be in bad/corroded/aged condition near the LC 39 B (J7-0337) Tank Farm. 9.Demolition and replacement of the underground and aboveground piping, valves, nozzles, and appurtenances for the Type I deluge system protecting the LH2 Transfer Area at the LC 39 B LH2 Tank (J7-0192). This includes associated fire alarm work. 10.Demolition of the aboveground piping, valves, nozzles, and appurtenances for the Type I deluge system protecting the GH2 Tank Area. This includes associated fire alarm work. 11.Demolition of the South Perimeter Valve Pit just west of J7-0588, including valves, piping, and sump pump, and reconfiguration of valves and piping. This includes filling the valve pit. 12.Replacement of existing jockey pumps for maintaining freeze protection losses from the fire suppression piping loop implemented at the LC 39 Industrial Water Pump Station (J7-1388). 13.Replacement of the 540-gallon hydro-pneumatic tank at the LC 39 Industrial Water Pump Station (J7-1388). 14.Replacement of 1-1/2 pressure reducing valves and related control valves, north of the LC 39 B (J7-0337) Pad Surface access driveway. 15.Replacement of LC 39 B (J7-0337) surface hose connections. 16.Replacement of the wash down spray system on the LC 39 B Pad Surface North Bridge, including a Type I deluge system style riser used for wash down spray control. 17.Corrosion control/painting of other piping and appurtenances. 18.Electrical work for the demolition and installation work for the above items. 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 as required by design documentation. For example, this includes, but is not limited to, system layout and hydraulic calculations for a fire suppression system signed and sealed by a PE licensed in the State of Florida practicing fire protection engineering. C.Contractor will be required to provide independent (without Government witness) testing results of each system and provide full support to operate the system for the Governments witnessed acceptance testing 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 package 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 package will consist of a: 1 page cover sheet referencing Source Sought Notice NNK14GLANOWSKI_WATER_SYSTEM, Capabilities Statement Refurbish and Upgrade Water System, Launch Complex (LC) 39B, Phase 3. 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, woman-owned Small Business, 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 a discussion of relevant work performed in the previous five (5) years. Relevant work for the purposes of this Notice is defined as, but not limited to, the following: a.Projects involving fire suppression system design and installation. b.Projects involving installation of underground and aboveground water distribution piping. c.Projects involving installation of pumps for water distribution. d.Projects involving water distribution systems operating at pressures higher than 150 PSIG. e.Projects involving fabrication and installation of certified pressure vessels (for example, a hydro-pneumatic tank). Remaining pages can be used to further elaborate on pertinent experience information. Capability packages must be submitted electronically, via e-mail, to Robert Glanowski, NASA Contract Specialist, at the following email address: robert.glanowski@nasa.gov on or before (10 working days) June 7, 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/NNK14GLANOWSKI_WATER_SYSTEM/listing.html)
 
Record
SN03378005-W 20140530/140528235107-6a48e76ce941fecac6b013f6d6fdb83d (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.