Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2009 FBO #2736
SOURCES SOUGHT

Y -- DEMOLITION OF THE FIXED SERVICE STRUCTURE AND ROTATING SERVICE STRUCTURE ATLAUNCH COMPLEX 39B

Notice Date
5/22/2009
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK09FSSRSS1
 
Response Due
6/4/2009
 
Archive Date
5/22/2010
 
Point of Contact
Richard M. Johanboeke, NASA Contracting Officer, Phone 321-867-0586, Fax 321-867-1111, Email richard.m.johanboeke@nasa.gov<br />
 
E-Mail Address
Richard M. Johanboeke
(richard.m.johanboeke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICEDemolition of the Fixed Service Structure and Rotating Service Structure at LaunchComplex 39B, Kennedy Space Center, Florida. INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting information about potential sources for the Demolition of theFixed Service Structure (FSS) / Rotating Service Structure (RSS) at Launch Complex 39B,Kennedy Space Center, Florida 32899. Vendors having the capabilities necessary to meet orexceed the stated requirements are invited to submit capability packages, appropriatedocumentation and references. SCOPE OF WORK This project includes demolishing the entire RSS structure from the pivot hinge at thesoutheast corner of the FSS back to the rail trucks but not the rail or Rail Bridgecrossing the flame trench. The approximate weight of the RSS is approximately 5000 tonsof mostly steel but also contains copper, aluminum and stainless steel. Included is theFSS from its footprint on the pad surface upward and on all sides including the concreteelevator shafts and everything being supported by the FSS structure extending outside thefootprint above the pad surface. This includes the walkway extending north beyond thenorth face of the FSS to the stair tower. Does not include the stair tower or anystructure north of the stair tower The existing Emergency Egress Slidewire system cables,slide basket platform on the 195 foot level, and designated portions of the landing areawest of the pad shall be removed. FSS demolition shall be to the pad surface with cuttingand or capping all lines extending through to below the pad surface. A completedemolition design will be performed and provided to the demolition contractor withspecific hazardous material analysis and special safety requirements. The primaryrestriction to this demolition will be that no explosive methods shall be used in the padarea nor shall any damage be allowed to the pad surface. Pad surface must be left flatwithout tripping hazards. All pipes and tubing must be capped or sealed at or below Padsurface. The Pad surface and subsurface must be protected during demolition activities.Pad surface can be assumed to support a 100-ton tire crane and a live load on the PadTerminal Connection Room (PTCR) roof of 500 psf uniformly distributed. The soil bearingcapacity under the Pad surface is assumed to be 2500 psf. The contractor will be provideda lay-down area near the demolition site (outside the perimeter fence) to disassemble andtemporarily store materials. A high priority in determining the method of demolition isthe quick removal of material from the inside of the Pad perimeter fence. One proposedlay-down site is on the crawler-way to Pad B. The contractor may propose other sites.Proposal for removal of materials may use the rail, barge or vehicular transportationfrom the site. The Pad is approximately 4 miles from the nearest usable rail location.The distance to the barge is approximately 4 miles from Pad B. All demolition debrisshall become property of the contractor, who shall be responsible for removal from KSC ortransportation to the KSC landfill. All concrete debris shall be reduced to less than 2feet in diameter prior to transportation to KSC landfill. Export Control requires thatall items must be rendered unusable and unrecognizable prior to removal from KSC.Historic preservation/salvage is not a requirement for this structure. The NAICS code for this procurement is 238910 with a small business size standard of$14.0M. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude ofConstruction Projects, the estimated price range is as follows: (h) More than $10,000,000. SPECIFIC INFORMATION SOLICITED Responders to this notice are requested to submit a capability package by providing thefollowing information: 1. Organization name, DUNS Number, address, description of principal business activity,number of year in business, primary point of contact. 2. Business size, number of employees; ownership; whether they are large, small, smalldisadvantaged, 8(a), HUBZone, Service Disabled Veteran-Owned, and/or woman-owned. 3. Financial Capability Provide bonding capacity of your firm and the most currentBalance Sheet and Income Statement, average annual revenue for the past 3 years. 4. Experience Number of years in business and listing of relevant work performed in theprevious 3 years. Relevant work for the purposes of this Notice can be defined as, butnot limited to, the following: a. Demolition of steel bridges, ship disposal, industrial-type steel/structure.Multi-story demolition projects such as launch pads, oil refineries, distillation towers,chemical plants, etc. b. Demolition in close proximity to high value equipment/structures. c. capacity to dismantle heavy steel structures in excess of 250 above a load restrictedsurface without impact or damage to the surface or adjacent structures. d. demolition in excess of 7,500 tons of structural steel including dismantling andtransporting from the site. RESPONSE INSTRUCTIONS The 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. Font should be Times NewRoman, size 12. Responses will consist of a cover sheet and 5 pages and should referenceNNK09FSSRSS1, Launch Complex 39B Fixed Service Structure / Rotating Service StructureDemolition. Responses must be submitted electronically to the Procurement Officer listedbelow: NASA John F. Kennedy Space Center ATTN: Richard M. Johanboeke richard.m.johanboeke@nasa.gov Respond by 3:00PM EDT, Thursday June 4, 2009. DISCLAIMER This information is for planning purposes only, subject to FAR Clause 52.215-3, entitledSolicitation for Information and Planning Purposes. It does not constitute a Requestfor Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construedas a commitment by the Government to enter into a contract. Moreover, the Government willnot pay for the information submitted in response to this Notice, nor will the Governmentreimburse an Offeror for costs incurred to prepare responses to this Notice. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in the FedBizOpps andon the NASA Acquisition Internet Services (NAIS). It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this Source Sought Notice does not exclude any interested partyfrom future consideration for proposals for design/construction/demolition which may beannounced or solicited by NASA. The referenced project site may be viewed at the following URLs linked below. http://images.ksc.nasa.gov/photos/2000/low/KSC-00PD-5067.gif http://images.ksc.nasa.gov/photos/1999/low/KSC-99PP-1431.gif http://grin.hq.nasa.gov/IMAGES/SMALL/GPN-2000-000970.jpg END OF SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK09FSSRSS1/listing.html)
 
Record
SN01826130-W 20090524/090522235129-fb4127efc6e52ef39b2dd0bbee9a0cb3 (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.