Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOURCES SOUGHT

Y -- FABRICATION AND CONSTRUCTION OF MOBILE ACCESS PLATFORMS IN HIGH BAY 3 OF THEVEHICLE ASSEMBLY BUILDING

Notice Date
3/31/2009
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
KSC-RFI-09-TF1
 
Response Due
4/11/2009
 
Archive Date
3/31/2010
 
Point of Contact
Tyrone J Frey, Contract Specialist, Phone 321-867-9162, Fax 321-867-2042, />
 
E-Mail Address
tyrone.j.frey@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
National Aeronautics and Space Administration (NASA/KSC) invites potential offerorsto submit a response to this sources sought notice to find interested and qualifiedsources and planning information for the fabrication, construction and installation oftwenty-two (22) new horizontally translating platforms (sliding platforms) along with thesupport structure, accesses, utilities, utility services and fire protection systems andassociated emergency egress. The new platforms are to be fabricated and installed toprovide 360 degree access to the Crew Launch Vehicle in High Bay 3 of the VAB at variouselevations. Systems and services include but are not limited to: modifications toelevators controls and stops; compressed air; gaseous nitrogen; pre-action firesprinkler; fire protection drains; oxygen monitoring systems; electrical power;grounding; lighting; emergency crane stop controls; Paging and Area Warning System(PAWS); communications/telephone; Operational Intercom Systems (OIS); OperationalTelevision (OTV) raceways and cabling; and fire alarm and detection systems. Alsoincluded in this project is construction to provide exit stairs, catwalks, and 2 hourrated enclosures along the exit passageways from the twenty-two CLV platforms within HighBay 3 of the VAB. The exit passageways from the CLV platforms shall discharge to theexisting stair towers in Towers E and F. Incidental demolition of architectural,mechanical, fire protection and electrical systems will be required to support the newwork.It is envisioned that this potential acquisition may ultimately result in a competitivelyawarded best value contract. The Government will provide in its Request for Proposal aperformance specification. NASA is soliciting initial intent of interest from allcompanies with past experience and qualifications in this type of fabrication andconstruction. SPECIFIC INFORMATION SOLICITEDResponders to this notice are encouraged to comment on any of the foregoing and toexpress their interest in this proposed acquisition by submitting the followinginformation:1. Organization name, address, describe principal activity, primary point of contact andbusiness size.2. Average annual revenue for the past 3 years.3. Number of employees; ownership; whether they are large, small, small disadvantaged,8(a), HUBZone, Service Disabled Veteran-Owned, and/or woman-owned. 4. Experience Number of years in business, listing of relevant work performed duringthe last 3 years; provide contract numbers, contract type, dollar value of each and apoint of contact (include address & phone number). 5. Financial Capability Provide bonding capacity of your firm and the most currentBalance Sheet and Income Statement.RESPONSE INSTRUCTIONSThe requested responses are for information and planning purposes only. NASA does notintend to post information or questions received to any website or public accesslocation. NASA does not plan to respond to the individual responses. All responses should be provided in MS Word document format, both hard and electronicmedia.Font should be Times New Roman, size 12. Responses should not exceed 15 pagesand should reference KSC RFI-09 TF1.Please submit responses no later than April 11,2009 to NASA/KSC Procurement Office, ATTN: OP-ES/Tyrone Frey, Contracting Officer,Kennedy Space Flight Center, FL 32899.This preliminary information is being made available for planning purposes only, subjectto FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request forQuotation, and it is not to be construed as a commitment by the Government to enter intoa contract. Moreover, the Government will not pay for the information submitted inresponse to this notice, nor will the Government reimburse an Offer or for costs incurredto prepare responses to this notice.No solicitation exists at this time; therefore, do not request a copy of thesolicitation. The Government reserves the right to consider a small business or 8(a)set-aside based on responses hereto. If a solicitation is released it will besynopsized in the FedBizOpps and on the NASA Acquisition Internet Services (NAIS). It isthe potential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6387de58983c40b63e39c44b3f8a715f&tab=core&_cview=1)
 
Record
SN01782380-W 20090402/090331222534-6387de58983c40b63e39c44b3f8a715f (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.