Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
SOLICITATION NOTICE

61 -- SAFETY AND RELIABILITY UPGRADE

Notice Date
10/2/2014
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK15530485
 
Response Due
10/16/2014
 
Archive Date
10/2/2015
 
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
Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for NNK15530485 Safety and Reliability Upgrade, John F. Kennedy Space Center, Florida. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The primary task of the construction firm will be the revitalization of various medium voltage power systems at the Kennedy Space Center. The work includes but is not limited to the following: a. Demolition, replacement, and installation of underground low and medium voltage cable systems to 15kV class, including installation in underground duct systems, manholes, cable trays, and conduit systems. Use of personnel certified in complex cable splices while wearing arc-flash personnel protective equipment in manholes. b. Installing new and replacing various interior and exterior 15kV switches with pad-mounted or vault style types. Installing new and replacing existing 15 kV class pad-mounted power transformers. c. Replacement and refurbishment of outdoor medium voltage (13.8 kV) air insulated bus structure at a high voltage (115 kV) substation. Work includes replacement or repair and refinishing of structural steel, reuse/replacement of electrical components (insulators, copper bus, surge arresters, switches, breaker jumpers, instrument transformers, lighting, grounding, etc.) supported from the structural steel, and protection of components and cables to remain in place and be reused. Work includes the installation and demolition of temporary use 13.8 kV specially configured outdoor metal-clad switchgear. d. Installing exterior neutral grounding resistors and pad-mounted exterior vacuum circuit breakers with associated controls and protection systems on 115 kV substation class power transformers with 15 kV wye connected secondary windings. e. Installing new and replacing existing 15kV class surge arresters (station, intermediate, and distribution class) at hundreds of medium voltage substations, 15 kV class transformers, and overhead pole-line distribution locations. f. Design/build replacement of existing 10 MW, 13.8 kV generator to generator and generator to public utility paralleling switchgear sequence control, load control, voltage regulation, and protective relaying systems. Providing engineering services to fully detail and specify the modifications, testing, and commissioning to be provided prior to installation. g. Replacement of 5000 KVA, 13.8 kV generator plant resistive / inductive load bank equipment. h. Site work (excavation, backfill, concrete, concrete reinforcement, bollards, de-watering, directional boring, etc.) associated with underground electrical work and electrical equipment installation including foundations and pads for switches, transformers, and other electrical equipment enclosures. i. Structural steel design, detailing, fabrication, and finishing. j. Hazardous material sampling and abatement (paint, oil, and asbestos). k. Planning and sequencing work to minimize both the quantity and duration of power outages. l. Power system control power, instrument/metering, and transfer control systems including the use of programmable logic controllers and Schweitzer Engineering protective relay systems.Networking of metering, programmable logic controllers, and protective relays for customized remote monitoring and control. Providing detailed as-built wiring and software documentation for all such systems. m. Power system analysis, coordination studies, arc-flash studies, and protective relay settings. Performance of electrical safety hazard analysis, detailed job hazard analysis, and use of electrical personnel protective equipment, arc-flash and shock prevention. n. Power system equipment testing and validation including factory testing, customized and comprehensive field testing (commissioning), and NETA testing. The NAICS code for this procurement is 237130 with a small business size standard of $36.5M. The effort will include the following tasks and options: Task 1: 1)Refurbish the C5 Substation air insulated bus structure. 2)Upgrade the KSC-Wide Schweitzer Protective Relay Management System 3)Replace the C5 Substation Emergency Power Plant Load Bank System 4)Replace the C5 Substation Emergency Power Plant Control and Protection Systems Option 1 Provide a control system simulator for the C5 Substation Emergency Power Plant. Option 2 Replace Orsino Substation surge arresters. Upgrade neutral grounding resistor installations and protective relay equipment at both the C5 Substation and Orsino Substation. Option 3 Replace transformer and substation surge arresters KSC-wide except the Orsino Substation and overhead power lines. Option 4 Replace overhead line surge arresters. Each task and option shall be bid separately. The Performance Period including all tasks and options shall be completed in 912 calendar days after notice to proceed. If Option 3 is awarded then the performance period will be extended to 1280 days for work related to Option 3 only. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: The total estimated cost of this project is in the estimated construction contract price range of over $10,000,000. The anticipated release date of the RFP is on or about October 16, 2014 with an anticipated offer closing date of on or about November 14, 2014. 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 28, 2014. Prime contractors will be limited on the number of personnel in attendance. Specifications and Drawings have an Export Determination of EAR 99 and are considered controlled documents. Therefore, download of 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. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement shall 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/KSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 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:Randall Gumke Title:Contract Specialist Phone:321-867-3322 Fax:321-867-1166 Email: randall.a.gumke@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15530485/listing.html)
 
Record
SN03540908-W 20141004/141002234840-d55ce1c99bce153bcee7dac21aead61b (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.