Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE

Notice Date
10/20/2010
 
Notice Type
Sources Sought
 
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
NNK11ZOP0001J
 
Response Due
11/22/2010
 
Archive Date
10/20/2011
 
Point of Contact
Richard M. Johanboeke, NASA Contracting Officer, Phone 321-867-0586, Fax 321-867-1111, Email richard.m.johanboeke@nasa.gov
 
E-Mail Address
Richard M. Johanboeke
(richard.m.johanboeke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
TELEPHONE CALLS WILL NOT BE ACCEPTEDDESCRIPTION Repair Fire Protection Systems, Various Locations at the John F. Kennedy Space Center,Florida 32899. INTRODUCTION The National Aeronautics and Space Administration (NASA) is soliciting information aboutpotential sources for the Repair of Fire Protection Systems, Installation of FireSuppression Systems at Various Locations at the John F. Kennedy Space Center, Florida32899. Vendors having the capabilities necessary to meet or exceed the statedrequirements are invited to submit a capabilities statement, appropriate documentationand references. SCOPE OF WORK This project is to install fire protection at various locations to include a 200,000square foot portion of a historical facility which houses many laboratories, datacenters, astronaut quarters/training/testing areas, etc., where the work will have to beperformed with minimal impact to each of these work areas, while at the same time,maintaining the remaining facility fully operational. It is anticipated that work inthis facility will require off-shift work, with the work area returned to acceptableconditions by the end of the work shift. Also, these are older facilities which pre-datemany of the environmental and health friendly materials requirements of today.Due tothis, there are required abatement activities that will be necessary to insure worker andoccupant safety. The remaining facilities are smaller in size but similar in complexity.Specifically, this project will consist of: 1. Providing water-based fire suppression systems at various facilities, or parts offacilities, at Kennedy Space Center (KSC). Types of systems for this project include wetpipe and single-interlocked pre-action fire sprinkler systems. A new fire pump isrequired to be installed at one facility. Additional aspects of this work include thefollowing:Working above suspended acoustic tile ceilings, including responsibility for any damageto/replacement of the ceiling tiles.Working around other equipment installed above suspended ceilings, including temporarilyand/or permanently moving and/or suspending this equipment from structural elements asnecessary to perform the work.Patching/replacing sections of hard ceiling removed or, where required, replacing dropceiling in those areas with suspended acoustic tile ceilings.Routing piping around sensitive electrical equipment per NFPA requirements.Providing multiple layers (elevations) of sprinklers and/or sprinkling under obstructionsin some facilities/parts of facilities.Working in occupied, operating (critical) facilities with minimal impact on operationsand occupants.Providing underground piping associated with fire suppression system installation (seepart 2. below).Providing fire alarm modifications associated with fire suppression system installation(see part 3. below).Use of products that are UL Listed or FM Approved as required by design.A Certified Automatic Sprinkler Specialist must be on site to supervise and/or performinstallation. A Sprinkler System Specialist is considered certified when the specialistholds a valid Sprinkler System Layout, Level III Certification from the NationalInstitute for Certification in Engineering Technologies NICET 1014-7 or is licensed bythe State of Florida as a Contractor Class I in accordance with Florida State Statute,Chapter 633, Section 633.521 and holds a current Certificate of Competency.2. Providing underground piping from the existing water distribution system nearest thefacility to supply the fire suppression systems for particular buildings. Work includesthe following:Concrete demolition and replacement.Trenching and compaction.Wet-tapping existing water distribution lines for fire suppression piping.Providing backflow prevention assemblies.Providing yard Siamese fire department connections with wafer-check valves in most cases.Providing additional valves with curb boxes as necessary.Working and routing around existing underground utilities and piping.Dig/excavation permits are required.3. Providing modifications to existing fire alarm systems at the facilities where newsuppression systems are installed to include the following:Demolition of fire alarm devices (primarily heat detectors) no longer required due toinstallation of fire sprinkler systems.Modifications to fire alarm circuits to account for lack of demolished devices (i.e.conduit and wiring removing and/or modification with terminal blocks where existingcircuits need to be retained).Connection of water flow alarm, tamper switch supervisory, and other new devices to theexisting fire alarm system.Installation of air sampling detection systems requiring installers to be certified inthe design and installation of these systems by the particular manufacturer selected.Installation of fire alarm radio transceiver for modification to existing reportingmethodology in some facilities.Installing a new, addressable fire alarm control panel that is UL Listed for releasing inone facility.Working with Simplex proprietary software/programming in fire alarm control panels and onthe KSC Central Fire Monitoring System (i.e. Simplex will be required to perform some ofthe work as a sub-contractor).Testing fire alarm systems per KSC requirements, which include development of preliminaryand final test procedures that will be reviewed and approved by the Government, prior tostart of system testing.Use of products that are UL listed or FM approved as required by design.Certified Fire Alarm Specialist must be on site to supervise and/or perform installation.A Fire Alarm specialist is considered certified when the specialist holds a valid FireAlarm System, Level III Certification from the National Institute for Certification inEngineering Technologies NICET 1016-2, or a valid Level III Fire Alarm EngineeringTechnician Certification from the International Municipal Signal Association (IMSA); oris licensed by the State of Florida as a Fire Alarm Contractor I in accordance withFlorida State Statute, Chapter 489, Part II.4. Environmental and safety work including worker protection, asbestos/lead abatement(where required), waste segregation, and waste disposal.5. Providing shop drawings (including, but not limited to, sprinkler layouts, hydrauliccalculations (signed and sealed by a fire protection professional engineer, licensed inthe state of Florida), fire alarm wiring diagrams, and battery calculations), productdata, and other construction transmittals as required by the contract documents. Thesedocuments will be reviewed and approved by the Government, prior to start of work.Systems shall be designed per NFPA codes (available by NFPA subscription or individualpurchase), NASA-STD-8719.11 (publicly available), and KSC-STD-F-0004 (publiclyavailable), latest revisions. The Government provided design and specifications areperformance based, outlining areas to be addressed and required densities. Contractorwill be required to develop a specific detailed design for each affected facility andshall submit for Government approval prior to beginning any construction. END OF SCOPE OF WORKSMALL BUSINESSNASA is seeking capabilities from all categories of small business (SB) for the purposeof determining the appropriate level of competition and SB subcontracting goals for thisrequirement. The NAICS code for this procurement is 238210 with a small business sizestandard of $14.0M. MAGNITUDE OF PROJECTIn accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude ofConstruction Projects, the estimated price range is as follows: (f) Between $1,000,000and $5,000,000.CAPABILITIES STATEMENTIt is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office acapabilities statement demonstrating ability to perform the services listed above. Therequested statement is for information and planning purposes only. NASA does not intendto post information or questions received to any website or public access location. NASAdoes not plan to respond to the individual responses. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at leastone inch margins on all sides (fold out sheets will be counted as multiple pages inaccordance with their size). All responses should be provided in MS Word documentformat. Font shall be Times New Roman, size 12. Offerors may submit on single or doublesided sheets, but shall not exceed the page limitation. Cover page and tab pages will notcount towards the page count. Offerors may include 11 X 14 inch paper for the exclusivepresentation of tables or figures. Each 11 X 14 inch page will be considered 2 pageswhen printed on one side and considered 4 pages when printed on both sides. Any pagesexceeding the stated page limitation will not be evaluated. The capabilities statement will consist of a:1 page cover sheet referencing Source Sought Notice NNK11ZOP0001J, CapabilitiesStatement - Repair Fire Protection Systems, Various Locations, at the John F. KennedySpace Center, Florida.And;5 pages. Responses must be submitted electronically via email to Richard M. Johanboeke, NASAContracting Officer at the following address:RICHARD.M.JOHANBOEKE@NASA.GOVRESPONSE DATEThe Capabilities Statements are due on or before Noon Local Time on Monday, November 22,2010.INFORMATION SOLICITED Responders to this notice are requested to submit a capability statement by providing thefollowing information: 1. Company Name, DUNS Number, Address, Description of Principal Business Activity,Primary Point of Contact, E-mail address and phone number.2. Business size and number of employees. Specifically state whether your firm is a largeor small business. If you are a small business, please state whether your firm is a smalldisadvantaged, 8(a), HUBZone, Veteran Owned, Service Disabled Veteran-Owned, orWoman-Owned. 3. Financial Capability Provide bonding capacity of your firm and the most currentBalance Sheet and Income Statement, and the firms average annual revenue for the past 3years. 4. Experience Provide the number of years in business and listing of relevant workperformed in the previous 5 years. Relevant work for the purposes of this Notice can bedefined as, but not limited to, the following: Experience in hydraulically calculated fire suppression system layout and installation;Experience working in occupied, existing facilities and the associated undergroundpiping, fire alarm work; andExperience working in and around other building systems at an active, secure facilitysimilar in nature and complexity as government, high purity / pharmaceuticalmanufacturing, university / laboratory settings. NASA/KSC may not accept an offerors submissions that do not comply with the submissioninstructions. NASA/KSC will review all offerors submissions that comply with submissioninstructions using the following criteria: breadth, depth and relevancy of experience asit relates to the work described above.DISCLAIMER This information is for planning purposes only, subject to FAR Clause 52.215-3, entitledSolicitation for Information or Solicitation for Planning Purposes. It does notconstitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and itis not to be construed as a commitment by the Government to enter into a contract.Moreover, the Government will not pay for the information submitted in response to thisNotice, nor will the Government reimburse an Offeror for costs incurred to prepareresponses 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 Federal BusinessOpportunities Website, FedBizOpps, (https://www.fbo.gov/) and on the NASA AcquisitionInternet Services, NAIS, (http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi). It is thepotential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis. Failure to respond to this notice does not exclude any interested party from futureconsideration for proposals which may be announced or solicited by NASA. END OF SOURCES SOUGHT NOTICE. TELEPHONE CALLS WILL NOT BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11ZOP0001J/listing.html)
 
Record
SN02314054-W 20101022/101020234123-10200fc6aee254fbac763eb8be1f31b3 (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.