SOLICITATION NOTICE
Y -- RECOVERY A-3 TEST STAND INDUSTRIAL WATER AND STEAM PIPING INDEFINITE DELIVERYINDEFINITE QUANTITY CONSTRUCTION CONTRACT
- Notice Date
- 12/7/2009
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS10332109R
- Response Due
- 2/3/2010
- Archive Date
- 12/7/2010
- Point of Contact
- Chuck J Heim, Contract Specialist, Phone 228-688-3199, Fax 228-688-1141, Email charles.j.heim@nasa.gov - Chuck J Heim, Contract Specialist, Phone 228-688-3199, Fax 228-688-1141, Email charles.j.heim@nasa.gov
- E-Mail Address
-
Chuck J Heim
(charles.j.heim@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The NASA/SSC Office of Procurement plans to issue a Best Value Request for Proposalfor award of a single five (5) year Indefinite Delivery Indefinite Quantity (IDIQ)contract. Specific projects will be defined in each of the subsequently issued deliveryorders. The scope of work to be included in the task orders issued under this IDIQcontract will include labor, materials and equipment to design, procure, fabricate,handle inspect, clean, furnish, deliver to the site, construct and install, test, paintand support activation of the A3 Industrial Water and Steam piping systems, structuralsteel, and components as shown on the contract drawings and specifications for the A3Facility at Stennis Space Center, Mississippi.The contractor is to provide completesystems ready to be operated and ready for activation in accordance with thespecifications and drawings.This procurement includes American Recovery and Reinvestment Act (ARRA) requirementswhich will be clearly identified in the solicitation. Included in the scope of work is the procurement, delivery, handling, installation andcheck out of the industrial cooling water system including piping, fittings, valves,orifice plates, supports and pipe bridge to make a fully functional supply and returncooling water system for the Government Installed Diffuser. The successful offeror willbe required to provide temporary supports and/or scaffolding as needed to secureinterface connections until the piping to the new elbow is complete. Primarily,interfaces exist at piping that branches from the main supply and return headers, but itis the responsibility of the contractor to familiarize himself with these interfaces andtheir location. A structural steel frame pipe bridge is included in the scope thatsupports the return piping routed beside the horizontal diffuser. The concretefoundations for the pipe bridge are existing. Also included in the scope of work is the procurement, delivery, handling, installationand check out of the steam piping system, including piping, valves, fittings, andsupports connecting the Government Installed Chemical Steam Generator (CSG) units and theGovernment Installed steam ejectors.The material and components shall be provided in accordance with the specifications anddrawings. The contractor is required to submit shop drawings and installation plans andschedule before installation is initiated.The solicitation will break the work out into several line items which will be awarded asseparate task orders. The first task order will be the A-3 Test Stand Industrial Waterand Steam Piping Procurement and Delivery. (This is an American Recovery and ReinvestmentAct (ARRA) funded requirement) Task Order #1, A3 Test Stand Industrial Water and SteamPiping: The A-3 Test Stand will be able to simulate altitudes of up to 100,000 feet andwill be used to test the J-2X rocket engine. The industrial water and steam piping willbe used to transport water for cooling the diffuser and steam for drawing a vacuum insidethe test cell and diffuser. The work includes the mobilization of the project includingdesign, handling, procurements of materials, fabrications in the shop, and delivery. Deliverables will be the receipt of all industrial water and steam piping materialson-site at Stennis A3 construction site in a designated staging area. The scope of workincludes all labor, materials and equipment to design, procure, fabricate, handle,furnish, and deliver to the site. Materials include, but are not limited to, pipe,flanges, nuts, bolt, gaskets, valves, restricting orifices, flex hoses, pressure gauges,anchor bolts, grout, and structural steel. The order of magnitude for task order number 1 of this Procurement is greater than$10,000,000, and the effort shall be completed prior to September 30, 2010. The second task order will be the Industrial Water and Steam Piping Installation Package,which includes the installation of the material produced under the first task order. (The second task order is NOT an American Recovery and Reinvestment Act (ARRA)requirement.)The work to be performed under this task consists of site mobilization, providing labor, equipment, materials and fabrication to complete the installation,testing and activation for the Industrial Water and Steam Piping package on the A-3 TestStand at Stennis Space Center Mississippi. The scope of work for this package requiresthe contractor to design, furnish, supply, deliver and install pipe supports andstructure, and to receive Government Furnished Property, and install, test, clean andcheck out piping systems. The contractor is required to produce detailed erection plansand shop drawings under the first task order and shall use them for the installation ofthe GFP which they will also produce under the first task order.The order of magnitude for Task Order number 2 of this procurement is between$5,000,000.00 and $10,000,000, and the performance period is (425) calendar days afterreceipt of the notice to proceed. This procurement is part of the Small Business Competitiveness Demonstration Program. Asa result, all qualified responsible sources may submit a proposal, which shall beconsidered by the agency.The NAICS Code and small business size standard for this procurement are 236210 and $33.5million, respectively. The anticipated release date of the RFP is on or about December 23, 2009, with ananticipated proposal due date of on or about February 03, 2010. The firm date forreceipt of proposals will be stated in the RFP. Past Performance information will berequired ten (10) days prior to the due date. Further information will be provided inthe RFP. Offerors are urged and expected to inspect the site where the work will be performed. Anorganized site visit has been tentatively scheduled for January 07, 2010 at 9AM. Participants will meet at the Gainesville Conference Room, Building 1100 at Stennis SpaceCenter, MS.An ombudsman has been appointed -- See NASA Specific Note "B". Specifications and Drawings will only be made available on CDROM. Requests for copiesshall be made by email to the NASA Office of Procurement: Patricia.White-1@nasa.gov oryou may fax your request to (228) 688-1141. All contractual and technical questions mustbe submitted in writing to charles.j. heim@nasa.gov or by fax 228-688-1141. Telephonequestions will not be accepted. The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents will bein PDF or Microsoft Office format and will reside on a World-Wide Web (WWW) server, whichmay be accessed using a WWW browser application. The Internet site, orURL, for theNASA/SSC Business Opportunities page ishttp://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). A CDROMcontaining the specifications and drawings may be obtained from the NASA Office ofProcurement (As stated above). Any referenced notes can be viewed at the following URL:http://prod.nais.nasa.gov/eps/nasanote.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS10332109R/listing.html)
- Record
- SN02017837-W 20091209/091207234232-ac5b98cc69a5bfd238870acb1ebbe599 (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 |