SOLICITATION NOTICE
Z -- CONSTRUCT FLAME DEFLECTOR AND REFURBISH AND MODIFY FLAME TRENCH LAUNCHCOMPLEX LC 39B JOHN F. KENNEDY SPACE CENTER FLORIDA.
- Notice Date
- 9/23/2014
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK14527028R
- Response Due
- 11/13/2014
- Archive Date
- 9/23/2015
- 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 plans to issue a Request for Proposal (RFP)] for Construct Flame Deflector and Refurbish and Modify Flame Trench, Launch Complex (LC) 39B, John F. Kennedy Space Center, Florida. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The primary task of the construction firm will be the construction of a flame deflector and refurbishment/modification of the flame trench at LC 39B. A list of the tasks associated with the proposed work includes, but is not limited to, the following: 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. 9. Installation of refractory brick over existing concrete wall surface. Brick installation will require close quality planning, monitoring and control. 10. Refurbishment/modification to the existing Flame Trench floor utilizing refractory concrete (Fondu Fyre). The effort will include the following tasks and options: Task 1 Construction of Flame Deflector and Refurbishment and Modification of Flame Trench, Option 1 Installation of wall bricks south of the new main flame deflector, Option 2 Removal of existing rails and backfill of concrete in north flame trench floor. The order of magnitude for the procurement is more than $10,000,000 and the effort shall be completed within 540 calendar days after notice to proceed. The NAICS Code and small business size standard for this procurement are 236210 and $36.5 million, respectively. The anticipated release date of the of the RFP is on or about October 8, 2014with an anticipated offer closing date of on or about November 13, 22014. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled on or about October 22, 2014. Specifications and drawings have an Export Determination of EAR 99 are considered controlled documents. Therefore, download of the documents wont be permitted until requesters have been cleared through Defense Logistics Information Service (DLIS). Please begin FedBizOps registration immediately since clearance could take a couple of weeks.Drawings will be available from the Bid Distribution Office 321-867-2851. All responsible sources may submit a proposal which shall be considered by the agency. [OMBUDSMAN STATEMENT IS REQUIRED]NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Prospective offerors are encouraged to register their intent to submit an offer on www.fedbizopps.gov. Search for the solicitation number and then select Add Me To Interested Vendors. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted by email. Telephone questions will not be accepted. Point of Contact Name:Janice PirkleTitle:Contract Specialist Phone: 321-867- 3429 Fax: 321-867- 2042 Email: janice.c.pirkle@nasa.gov All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14527028R/listing.html)
- Record
- SN03525443-W 20140925/140924000813-55b553ea023ddf57eea59c7de6f605c3 (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 |