SOLICITATION NOTICE
Z -- Mobile Launcher 1 (ML-1) Emergency Egress System (EES) Conveyance
- Notice Date
- 5/16/2021 11:01:48 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC021R0029
- Response Due
- 6/2/2021 8:00:00 AM
- Archive Date
- 06/17/2021
- Point of Contact
- C. M. Julius Williams, Phone: 3218612661, Derrick A. Wade, Phone: 3218678701
- E-Mail Address
-
christopher.m.williams@nasa.gov, derrick.a.wade@nasa.gov
(christopher.m.williams@nasa.gov, derrick.a.wade@nasa.gov)
- 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 80KSC021R0029, Mobile Launcher 1 (ML-1) Emergency Egress System (EES) Conveyance for Artemis II. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: Install the EES Conveyance Modifications. The task associated with the proposed work includes, but is not limited to, the following: Structural modifications and addition of the new conveyance system (i.e. basket assemblies, wire rope, braking system) for the EES.� Implementation of all tasks for this conveyance project shall require all the necessary procurement, fabrication, and installations of aerial hardware and equipment, fabrication and installation of platforms, modifications to existing ML-1 structures and tower platforms, basket assemblies, PLC based safety control systems, braking system, wire ropes with hoisting and control systems, and perform all testing, verification, and validation of the new and modified installations.� The scope also includes all other incidental related work. The North American Industry Classification System (NAICS) code for this procurement is: 237990 Other Heavy and Civil Engineering Construction, with a size standard of $39.5 million. The effort will include the following tasks: Task 1:����� ML-1 EES Conveyance Modifications, with Segment 2 work being performed in 90 days Task 1A:�� Accelerate Task 1 Segment 2 work to be performed in 75 day work window in lieu of 90 days. Option 1:�� EES Conveyance Parts for ML-2 Option 2:�� EES Conveyance Parts for Qualification Testing Each task must be bid separately. The performance period for Task 1 (segment 1 work), Pre-Artemis I launch work, as defined in the contract drawings and specifications, must be completed in its entirety prior to October 2021; AND Task 1 (segment 2 work), Post-Artemis I launch work, as defined in the contract drawings and specifications, must be completed in its entirety prior to 90 days after the Post Artemis I notice to proceed.� If implemented, Task 1A (segment 2 work), Post Artemis 1 launch work, as defined in the contract drawings and specifications, �must accelerate completion in its entirety prior to 75 days after the Post Artemis I notice to proceed.� Option 1 work, as defined in the contract drawings and specifications, must be completed in its entirety prior to 300 calendars after receipt of the notice to proceed.� Option 2 work, as defined in the contract drawings and specifications, must be completed in its entirety prior to 90 calendars after receipt of the notice to proceed. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range of the construction contract price is greater than $10,000,000. The anticipated release date of the RFP is early June 2021 with an anticipated offer closing date in July 2021.� The firm date for receipt of bids or proposals shall be stated in the RFP.� A site visit will be scheduled in June 2021.� Contractors may be limited on the number of personnel in attendance. Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by Defense Logistics Agency (DLA) Joint Certification Program (JCP). Specifications and Drawings have an Export Determination of EAR 99 and are considered controlled documents.� Therefore, download of documents won�t be permitted until requesters have been cleared through DLA JCP. Please begin DLA registration immediately since clearance could take a couple of weeks. �All contractors interested in receiving drawings and specifications for this project will have to ensure they have been screened by the DLA JCP by completing a DD Form 2345.� To complete the DD Form 2345, go to the website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx.� This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by DLA they can verify if their status is still active by utilizing their cage code at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. This requirement shall be unrestricted.� All responsible sources may submit a proposal which shall be considered by the agency. 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. Prospective offerors are encouraged to register their intent to submit an offer on https://beta.sam.gov.� Search for the solicitation number and then follow the instructions in Beta.SAM.gov to add your name to the Interested Vendor�s List.� 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 to the POC below.� Telephone questions will not be accepted. Primary Point of Contact: Name:����� C. M. Julius Williams Title:������� Contracting Officer Phone:����� 321-861-2661 Fax:��������� 321-867-1141 Email:����� christopher.m.williams@nasa.gov Additional Point of Contact: Name:����� Derrick A. Wade Title:������� Contracting Officer Phone:����� 321-867-8701 Fax:��������� 321-867-1141 Email:����� derrick.a.wade@nasa.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3641c79eeb054eccb7a01bd71a41c4e0/view)
- Place of Performance
- Address: Orlando, FL 32899, USA
- Zip Code: 32899
- Country: USA
- Zip Code: 32899
- Record
- SN06003389-F 20210518/210516230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |