SOURCES SOUGHT
Z -- CONSTRUCT FLAME DEFLECTOR AND REFURBISH AND MODIFY FLAME TRENCH LAUNCHCOMPLEX 39B
- Notice Date
- 8/4/2014
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK14ZES002L
- Response Due
- 8/18/2014
- Archive Date
- 8/4/2015
- Point of Contact
- Jan C. Pirkle, Contract Specialist, Phone 321-867-3429, Fax 321-867-2042, Email Janice.C.Pirkle@NASA.gov
- E-Mail Address
-
Jan C. Pirkle
(Janice.C.Pirkle@NASA.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/KSC is hereby soliciting information about potential sources for 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 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 Construct Flame Deflector & Refurbish and Modify Flame Trench, 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 236210 Industrial Building Construction with a size standard of $36.5 million. Estimated award date for this contract is December 2014, with a project period of performance of approximately 540 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 construction of a flame deflector and refurbishment / modification of the flame trench at LC 39B. The completed work will deflect vehicle exhaust away from the new Space Launch System (SLS) vehicle and provide protection to structures above the pad surface. The scope includes, but is not limited to the construction of a new main flame deflector, new crest spray piping and nozzles, refurbishment of two existing side flame deflectors, replacement of side flame deflector rails and associated components, installation of refractory bricks on flame trench walls and repair of flame trench floor. All equipment will be installed at KSC Facility J7-337 (Launch Pad 39B). This launch complex will be undergoing other construction modifications during the performance of this construction project and close coordination with other contractors and the Governments teams will be required. Specifically, this project consists of, but is not limited to: A. Construction of Flame Deflector. 1. Fabrication and erection of new main flame deflector comprised of a steel superstructure with intermediate structural steel framing members and steel plate cladding. 2. Relocation of catacomb/flame deflector access opening through flame trench wall and installation of new steel stairs/platforms/ladders for access under the main flame deflector. 3. Refurbishment of two existing side flame deflectors located outside the LC 39B perimeter fence in an adjacent parking lot. The side flame deflectors are steel framed and surfaced with refractory cement (Fondu Fyre). The refurbishment includes blasting and recoating of steel members; refurbishment of wheel truck assemblies, rail guide rollers, and hydraulic system components. 4. Demolition of existing and installation of new side deflector transport rails at flame trench edge of the pad surface and on crawlerway panels.Refurbishment/replacement of side flame deflector bearing pads and locking plates. 5. Fabrication and installation of large diameter (60-inch and 42-inch) carbon steel piping of the crest spray system. The crest spray system will connect to existing large diameter piping in the catacombs and will require a new penetration through the flame trench wall to accommodate the new configuration that includes a header pipe, (2) risers, and a nozzle manifold. 6. Fabrication and installation of the water crest spray system nozzle assemblies installed at the apex of the main flame deflector. 7. Demolition of existing and installation of new guardrails at pad surface. 8. Installation of electrical power receptacles in the catacombs under the pad surface. B. Refurbish and Modify Flame Trench. 1. Installation of refractory brick over existing concrete wall surface. Brick installation will require close quality planning, monitoring and control. 2. Refurbishment/modification to the existing Flame Trench floor utilizing Fondu Fyre refractory concrete. C. Contractor will be required to closely coordinate the piping, brick system and main flame deflector steel erection sequence and schedule. D. Contractor will be required to provide brick installation plan, including quality control and testing procedures. 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 twelve (12) 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 NNK14ZES002L, Capabilities Statement Construct Flame Deflector & Refurbish and Modify Flame Trench, Launch Complex (LC) 39B. 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 236210. 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 three (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 installation of large refractory bricks on vertical surfaces with area exceeding 20,000 square feet. Projects involving significant quality control planning, monitoring and inspection functions, including management of testing are especially relevant. b. Projects involving erection of structural steel framing and large rolled steel panels. c. Projects involving fabrication and installation of large diameter steel pipe. Remaining pages can be used to further elaborate on pertinent experience information. 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. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 12 pages or less indicating the ability to perform all aspects of the effort described herein. 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. Capability packages must be submitted electronically, via e-mail, to Jan Pirkle, NASA Contract Specialist, at the following email address: janice.c.pirkle@nasa.gov on or before August 18, 2014. Please reference NNK14ZES002L in any response. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14ZES002L/listing.html)
- Record
- SN03449550-W 20140806/140804235604-763d6e66ec53ca0c49ed8b2de8026ca0 (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 |