Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2015 FBO #5110
SOURCES SOUGHT

Z -- SAFETY AND RELIABILITY UPGRADE KSC INSTITUTIONAL POWER SYSTESM PHASE 2 OF 4

Notice Date
11/18/2015
 
Notice Type
Sources Sought
 
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
NNK16GUMKE-SAFETY-AND-RELIABILITY-PH2
 
Response Due
12/1/2015
 
Archive Date
11/18/2016
 
Point of Contact
Randall Gumke, Contract Specialist, Phone 321-867-3322, Fax 321-867-1166, Email randall.a.gumke@nasa.gov
 
E-Mail Address
Randall Gumke
(randall.a.gumke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 2 of 4. Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 2. PCN 98966.2 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 Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), 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 a potential construction project to Reliability Upgrade, KSC Institutional Power Systems, Phase 2 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 237130, title Power and Communication Line and Related Structures Construction, with a size standard of $36.5 million. Estimated award date for this contract is early 2016. NASA/KSC is considering soliciting and awarding a single firm-fixed price construction contract with an estimated contract value between $5,000,000 and $10,000,000. The period of performance is approximately two years. SCOPE OF WORK The work to be performed under this project consists of providing all labor, equipment, materials, tools, test equipment, specialized services, and subcontracts to revitalize various medium and low 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, 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 exterior 15kV switches with pad-mounted or vault style types. Installing new 15 kV class pad-mounted power transformers. c. Replacement and refurbishment of outdoor medium voltage (13.2 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. Providing engineering services to fully detail and specify the installation prior to construction. d. Interior and exterior low voltage (to 600 Volts) demolition and installation work. Work includes the replacement of an existing outdoor 480V substation equipment with new 1500 KVA double-ended switchgear including programmable logic controller and automatic transfer sequences. e. Site work (excavation, backfill, concrete, concrete reinforcement, bollards, de-watering, etc.) associated with underground electrical work and electrical equipment installation including foundations and pads for switches, transformers, and other electrical equipment enclosures. f. Structural steel design, detailing, fabrication, and finishing. g. Hazardous material sampling and abatement (paint, oil, and asbestos). h. Planning and sequencing work to minimize both the quantity and duration of power outages. i. 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. j. 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. k. Power system equipment testing and validation including factory testing, customized and comprehensive field testing (commissioning), and NETA testing. CAPABILITY STATEMENT It is requested that interested small 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 NNK16GUMKE_SAFETY&RELIABILITY_PH2 Capabilities Statement Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 2 at Kennedy Space Center, Florida 32899. And; The remaining nine (9) pages shall include the following: 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 NAICS Code 237130. 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 5 years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: a. The contractor shall have demonstrated utility and power system construction experience with the procurement, installation, activation, testing, and documentation of utility type power systems described in the Scope of Work. Contractor shall have demonstrated experience in work planning to maintain continuous facility operations and minimizing outages during substation replacement projects. b. The contractor shall have demonstrated experience with shop drawing design and power system analysis (short circuit studies, protective device coordination studies, and arc-flash analysis) as described in the Scope of Work.Contractor shall have demonstrated experience implementing, validating, testing, and documenting protective relay settings, instrument and control schemes, and networking of components for remote monitoring and control as described in the Scope of Work. c. The contractor shall have demonstrated experience with power system electrical hazard analysis, detailed job hazard analysis, and the wearing of arc-flash and shock prevention personnel protective equipment while working within manholes containing energized medium voltage cable, or in the vicinity of energized equipment with energized insulated cables or un-insulated components present. Capability packages must be submitted electronically, via e-mail, to Randall Gumke, NASA Contract Specialist, at the following address: randall.a.gumke@nasa.gov on or before (10 working days) December 1, 2015NASA/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/NNK16GUMKE-SAFETY-AND-RELIABILITY-PH2/listing.html)
 
Record
SN03949623-W 20151120/151118234852-f2dab18012ae65abf9af4a289984138a (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.