SOLICITATION NOTICE
Z -- REPAIR CENTER WIDE FIR MONITORING SYSTEM
- Notice Date
- 5/14/2010
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK10317295R
- Response Due
- 7/7/2010
- Archive Date
- 5/14/2011
- Point of Contact
- C. David Shreve, Contracting Officer, Phone 321-867-3456, Fax 321-867-1166, Email david.shreve@nasa.gov - Karen M Griffin, Contracting Officer, Phone 321-867-5546, Fax 321-867-1666, Email karen.m.griffin@nasa.gov
- E-Mail Address
-
C. David Shreve
(david.shreve@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/John F. Kennedy Space Center plans to issue a Request for Proposal forNNK10317295R, Repair Center Wide Fire Monitoring Systems. The acquisition shall beconducted under full and open competition procedures allowing maximum participation fromlarge and small businesses. This procurement is part of the Small Business Competitiveness Demonstration Program. TheNAICS Code and small business size standard for this procurement are 238210 and $14.0M,respectively. This requirement includes a BASE BID and SEVEN OPTIONS. The order of magnitude for theprocurement is between $1,000,000 and $5,000,000. The place of contract performance willbe the Kennedy Space Center, Florida.Each offeror will be required to submit a cost, relevant experience/past performance, andtechnical proposal. Selection for contract award will be made based on a best valuetrade-off between Price, Relevant Experience and Past Performance, and Technical Merit. The BASE BID work consists of installing new radio based central fire monitoring andcontrol equipment known as the Central Radio Monitoring System (CRMS). CRMS monitoringand control equipment will be installed at K6-900 (Launch Control Center), M6-342(Central Instrumentation Facility), and K6-1446K (Electrical Maintenance Facility). Themonitoring and control equipment work involves computer hardware, computer software,computer networking, information technology security, radio monitoring system,engineering shop drawing preparation, and user training elements. Approximately 50existing radio subscriber units will be transferred to this new system.The OPTION work includes the transfer of central station alarm reporting forapproximately 130 KSC facility fire alarm control panels (most manufactured by SimplexGrinnell) to the new replacement CRMS system. Facility fire alarm work includes firealarm control panel hardware/software modifications and the installation of new CRMSradio subscriber unit transceiver equipment. Full end-to-end validation testing for allmonitored alarms shall be performed as well as NFPA 72 required facility fire alarmreacceptance tests. All facility alarm reporting transfer work will be included asseparately priced OPTIONS in the Solicitation/Contract.The BASE BID and OPTION work require fire alarm work, electrical construction, computerequipment rack construction, asbestos avoidance, and hazardous material handling (paintedmaterials/batteries) elements.The BASE BID performance period is 430 calendar days from the date of the notice toproceed. If one or more of the options are awarded, the contract performance period forthe BASE BID will increase from 430 calendar days to 840 or 1200 calendar days, dependingon the OPTION(s) awarded. The 840 or 1200 calendar day performance period (calculatedfrom the date of the notice to proceed) will include the BASE BID work and all awardedOPTION work. This acquisition contains the following two sole-source requirements: 1.Modifications to Simplex Grinnell fire alarm control panels or networks ofexisting Simplex Grinnell fire alarm control panels must be made using Simplex Grinnellfactory parts and service.2.Use of AES/Intellinet Model KSC 7788-F mesh network radio subscriber unittransceivers at the approved KSC frequency. Equipment re-labeled by other manufacturersusing these mesh network radio components is acceptable.The anticipated release date of the RFP is on or about June 01, 2010 with an anticipatedoffer closing date of on or about July 7, 2010. The firm date for receipt of proposalsshall be stated in the RFP. Drawings shall be available from Kennedy Space Center Bid Distribution Office, Phone321.867.2851. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note 'B'. The solicitation and any documents related to this procurement [to include thespecifications and drawings] shall be available over the Internet. These documents willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/KSC Business Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76Prospective offerors are encouraged to register their intent to submit an offer onwww.fedbizopps.gov. Search for the solicitation number and then select Add Me ToInterested Vendors. It is the offeror's responsibility to monitor the Internet site forthe release of the solicitation and amendments (if any). Potential offerors will beresponsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted to the Contracting Officer byemail. Telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10317295R/listing.html)
- Record
- SN02150188-W 20100516/100514235148-9644754ecc13d34eabbdb0eccd3f8200 (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 |