Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2002 FBO #0066
SOURCES SOUGHT

99 -- FLIGHT-LINE REFRIGERATION SYSTEM ON TRANSPORTER, SPACE SHUTTLE GROUND SUPPORT EQUIPMENT, KSC FLORIDA

Notice Date
2/4/2002
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058
 
Solicitation Number
RFI-USA-FL-02-RB
 
Response Due
2/22/2002
 
Point of Contact
Francis V. carlos, Project Lead, Phone (281) 282-3163, Fax (281) 282-4096, Email francis.v.carlos@usahq.unitedspacealliance.com
 
E-Mail Address
Email your questions to Francis V. carlos
(francis.v.carlos@usahq.unitedspacealliance.com)
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida, is seeking sources capable of providing the requirement described herein. This acquisition is in support of USA?s prime contract NAS9-20000 - Space Flight Operations Contract (SFOC) with the NASA Johnson Space Center (JSC). The proposed effort will be performed at NASA Kennedy Space Center (KSC) located in Cape Canaveral, Florida. Technical Requirements Description: This is a requirement for two (2) each Universal Coolant Transporter System (UCTS). The UCTS shall consist of a fully redundant refrigeration module, two integral chiller loop modules with heat exchangers, centrifugal pumps (GFE), control valves, transducers, programmable logic control with LCD monitor, and components, with R-124 as the circulating fluid heat transfer media. This system shall be housed in an air-conditioned equipment shelter (Approx 30? Long x 11? Wide x 12? Height), which is then mounted on a 70? long flatbed trailer (GFE), total refurbishment and modifications of these trailer is required. Also mounted on the trailer are; twin air cooled condensing units (GFE), twin 250kw generators, standard gas k-bottles and hydraulic crane-type boom (GFE). The boom is used to support the refrigerant lines to the Space Shuttle, which provides the ground cooling support after landing at KSC, FL or Dryden Flight Research Center (DFRC), CA, Landing Facility. The scope of work shall be completed in strict accordance with the Statement of Work, engineering drawings, specifications and standards. The contractor shall have the expertise, skilled crafts and shop equipment for construction of carbon steel structures; copper tube and fittings with brazed joints; stainless steel pipe and tube (up to 1 ?? dia) with welded or flared end connections. Must provide proof of a minimum of five (5) years experience in precision fabrication, welding, brazing, sheet-metal works, tube bending and flaring, refrigeration assembly, electrical power generation and electrical controls, and PLC/computer installations. Final assembly of refrigeration system shall be performed in an environmentally controlled, clean work area. NACE inspection shall be required for all painting applications. Facility test equipment shall be capable of performing a helium leak check of 1 x 10-4 SCCM at 250 psig on all assembled modules/panels. Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. The period of performance and technical requirements are currently being defined for inclusion into a formal Invitation to Quote (ITQ). USA anticipates the issuance of a formal ITQ within 60 days of release of this RFI. This RFI is for information and planning purposes, and the objective is: (1) to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications, and (2) to promote a best value competition. This preliminary information does not constitute an ITQ, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than ten (10) pages (8.5? x 11?) in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company?s past experience and performance in developing the requirements described herein, and (3) A brief description of your company?s facilities, assets and any other available resources. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company?s performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer?s name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering the following criteria and your company must meet all the relevant criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with development and fabrication; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Characteristics of the individual subcontractors or subcontractor of interest to USA are: ISO certification; past performance on related projects; systems level testing capabilities; an established and verifiable safety program; an established and verifiable quality program; an established manufacturing/assembly capability; testing, qualification, and certification capabilities; established and verifiable system configuration management and change control systems; identification of customer points of contact to verify performance; and auditable financial systems that controls cost and schedule. USA reserves the right to request supplemental information in order to clarify your company?s capabilities and qualifications. Only offerors deemed to be qualified, with a reasonable chance for award, will receive the ITQ. Firms interested in participating in this project are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than February 22, 2002 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Robert Bohacs, Mail Code USK-360. Questions regarding this procurement may be referred to Mr. Bohacs as follows (Telephone: (321) 861-6215, Facsimile: (321) 861-6221, E:mail: bohacsrn@usano.ksc.nasa.gov).
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#100077)
 
Record
SN20020206/00022152-020204235513-W (fbodaily.com)
 
Source
FedBizOpps.gov 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.