SOLICITATION NOTICE
J -- Wallops Flight Facility Restoration of Main Base Electrical Infrastructure � Phase 2
- Notice Date
- 2/15/2023 6:34:16 AM
- Notice Type
- Solicitation
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC23B0001
- Response Due
- 2/22/2023 1:30:00 PM
- Archive Date
- 03/09/2023
- Point of Contact
- Janicea McCree, Phone: 301-286-3909, Leslie Adams, Phone: 301-286-7241
- E-Mail Address
-
Janicea.L.McCree@nasa.gov, Leslie.M.Adams@nasa.gov
(Janicea.L.McCree@nasa.gov, Leslie.M.Adams@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTE:� AMENDMENT TWO The purpose of this amendment is to: A. Provide industry questions and answers B. Extend the proposal response date: FROM: February 16, 2023 TO: February 22, 2023 C. Update the SF1442 D. Update provision L.19 GSFC 52.215-201(ALT) PROPOSAL PREPARATION-GENERAL INSTRUCTIONS (ELECTRONIC PROPOSAL DELIVERY). E. Update provision L.21 GSFC 52.215-203 OFFER VOLUME (JUL 2020) F. Provide revised RFO dated 2/14/2023 NOTE:� AMENDMENT ONE The purpose of this amendment is to update section J.1 GSFC 52.211-101 LIST OF ATTACHMENTS (FEB 2016). You are invited to submit a proposal in response to National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC)/Wallops Flight Facility (WFF) Restoration of Main Base Electrical Infrastructure solicitation. The principal purpose of this requirement is for the second phase of the Restoration of Main Base Electrical Infrastructure. This project will replace approximately 20,000 linear feet of direct burial cable with a new electrical power feeder in conduit using directional boring technology. The work will also include replacing approximately 5 live front air switches throughout the Main Base with more reliable and safer SF6 gas switches. In addition, looped circuits will be created as part of this project to allow for more flexibility and resiliency during power outages and system maintenance. This includes replacing all direct burial cables, sectionalized switches, transformers, and other related equipment that make up the system. The existing backbone feeder throughout the Main Base is 15 kV, 4/0 AWG copper with the exception of a few sections of the system. These remaining portions shall be replaced with 4/0 AWG feeders. NASA will conduct this acquisition as a 100% set aside to small business concerns expressly certified by the Small Business Administration in the SBA�s 8(a) program, having a bona fide place of business within the SBA�s Richmond District Office jurisdiction. The North American Industry Classification System (NAICS) code for this acquisition is 236220 and the small business size standard is $39.5M. This competitive acquisition will result in a Firm Fixed Price (FFP) contract. The contract will have a completion date of 365 days or roughly 12 months after the notice to proceed is issued. The anticipated contract award date is February 2023 with a notice to proceed date of March 2023. The contract will be performed onsite at WFF. The Government intends to award this procurement on the basis of Best Value. The determination of Best Value will be made on what is provided in the offeror�s proposal. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence. Site Visit & Site Visit Instructions: An optional site visit has been set for February 2, 2023, at 10:00 A.M. Eastern Standard Time (EST). Attendees will meet outside of the Wallops Flight Facility Badging Office N-001, at 34200 Fulton Street, Wallops Island, VA 23337, to receive their visitor badge. Please limit site visit attendees to no more than three (3) people. Attendees shall travel to each site location using their own personal vehicle. The Contracting Officer Representative will lead the convoy to each site location. Please submit a list of all site visit attendees, including legal first name, middle initial, and last names, company, citizenship, and phone number via e-mail, to Janicea McCree, Contract Specialist at�Janicea.L.McCree@nasa.gov, and courtesy copy Leslie Adams, Contracting Officer at Leslie.M.Adams@nasa.gov, no later than (NLT) 3:00 P.M. EST, on January 26, 2023. Please ensure names of attendees submitted for badge access match EXACTLY as indicated on identification to ensure badge access to the site. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without discussions. In order to control and protect sensitive data owned by the Government and its Contractors, NASA policy required all acquisition-related documents be released in Adobe Portable Document Format (PDF). Instructions for converting from PDF format to Excel format can be found in the Enclosure 2. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and the online reference/technical/bidders library will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Center Ombudsman for this acquisition can be found at Procurement-Ombuds-Comp-Advocate- Listing.pdf (nasa.gov). This RFP does not commit NASA/GSFC/WFF to pay any proposal preparation costs, nor does it obligate NASA to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than February 16, 2023, 4:30p.m. (EST).�In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP and site visit should be submitted in writing to Mrs. Janicea McCree, Contract Specialist, at Janicea.L.McCree@nasa.gov and Mrs. Leslie Adams, Contracting Officer at Leslie.M.Adams@nasa.gov on or before 3:00 P.M. February 9, 2023. Offerors are encouraged to submit questions as soon as possible for consideration. Due to the fluctuation in COVID-19 cases, the Centers for Disease Control and Prevention (CDC) and NASA COVID-19 Safety Protocols for Federal Contractors regarding accessing NASA buildings and facilities may change periodically; at which time the Contractor will be notified. COVID safety processes and procedures, such as mask wearing, vaccination attestation requirements for visitors, and testing requirements are subject to change. NASA will keep you informed if our posture changes at any Goddard campus (to include WFF).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/577212135ef44ef89792f1576e0e1619/view)
- Place of Performance
- Address: Wallops Island, VA 23337, USA
- Zip Code: 23337
- Country: USA
- Zip Code: 23337
- Record
- SN06592269-F 20230217/230215230113 (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 |