Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOURCES SOUGHT

Y -- INSTALL FIRE PROTECTION SYSTEMS VARIOUS LOCATIONS PHASE 3

Notice Date
3/25/2011
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
201101GLANOWSKI
 
Response Due
4/25/2011
 
Archive Date
3/25/2012
 
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
Total Small Business
 
Description
Telephone calls will not be accepted.SOURCES SOUGHT NOTICE Install Fire Protection Systems, Various Locations, Phase 3INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting capability packages from all interested small business firmsincluding, Small Disadvantaged, 8(a), Woman-Owned, Veteran-Owned, Service DisabledVeteran-Owned, and Historically Underutilized Business Zone (HUBZone) businesses for thepurposes of determining the appropriate level of competition and small businesssubcontracting goals for the installation of a fire suppression system in a ~300,000square foot facility at Kennedy Space Center, Florida 32899. This requirementconstitutes the third phase of KSCs Install Fire Protection Systems, Various LocationsProject. Small business firms having the capabilities necessary to meet or exceed thestated requirements are invited to submit capability packages, appropriate documentationand references. The NAICS code for this effort is 238220 and the small business size standard is $14M. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude ofConstruction Projects, the estimated price range is as follows:Between $1,000,000 and $5,000,000. SCOPE OF WORK This project is to install a fire protection system in a ~300,000 square foot facilitywhich houses many program and institutional support employees working in general officeenvironments. All work will have to be performed with minimal impacts to each work area,while at the same time, ensuring the other areas of the facility remain fullyoperational. It is anticipated that work in this facility will require off-shift work,with work areas returned to acceptable conditions by the end of each work shift. Abatement activities will be necessary to insure worker and facility occupant safety. Specifically, this project consists of: a.Providing wet pipe fire sprinkler systems in a ~300,000 square foot officefacility at the Kennedy Space Center (KSC). Aspects of this work include the following:1.Working above suspended acoustic tile ceilings, including responsibility for anydamage to/replacement of the ceiling tiles.2.Working around other equipment installed above suspended ceilings, includingtemporarily and/or permanently moving and/or suspending this equipment from structuralelements as necessary to perform the work.3.Patching/replacing sections of hard ceiling removed, or where required, replacingdrop ceiling in those areas with suspended acoustic tile ceilings.4.Routing piping around sensitive electrical equipment per National Fire ProtectionAssociation (NFPA) requirements.5.Providing multiple layers (elevations) of sprinklers and/or sprinkling underobstructions in some facilities/parts of facilities.6.Working in occupied operating critical facilities with minimal impact.7.Tying in to existing standpipe risers to supply the wet pipe sprinkler systems.8.Providing fire alarm modifications associated with fire suppression systeminstallation (see part c. below).9.Use of products that are Underwriters Laboratories (UL) listed or FrequencyModulation (FM) approved as required by design.10.A Certified Automatic Sprinkler Specialist must be on site to supervise and/orperform installation. A Sprinkler System Specialist is considered certified when thespecialist holds a valid Sprinkler System Layout, Level III Certification from theNational Institute for Certification in Engineering Technologies NICET 1014-7 or islicensed by the State of Florida as a Contractor Class I in accordance with Florida StateStatute, Chapter 633, Section 633.521 and holds a current Certificate of Competency.b.Providing modifications to existing fire alarm systems at the facilities wherenew suppression systems are installed to include the following:1.Demolition of fire alarm devices (primarily heat detectors) no longer requireddue to installation of fire sprinkler systems.2.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).3.Connection of water flow alarm, tamper switch supervisory, and other new devicesto the existing fire alarm system.4.Installation of fire alarm radio transceiver for modification to existingreporting methodology.5.Working with Simplex proprietary software/programming in fire alarm controlpanels and on the KSC Central Fire Monitoring System (i.e. Simplex will be required toperform some of the work as a sub-contractor).6.Testing fire alarm systems per KSC requirements, which includes development ofpreliminary and final test procedures that will be reviewed and approved by theGovernment, prior to start of system testing.7.Use of products that are UL Listed or FM Approved as required by design.8.Certified Fire Alarm Specialist must be on site to supervise and/or performinstallation. A Fire Alarm specialist is considered certified when the specialist holds avalid Fire Alarm System, Level III Certification from the National Institute forCertification in Engineering Technologies NICET 1016-2, or a valid Level III Fire AlarmEngineering Technician Certification from the International Municipal Signal Association(IMSA); or is licensed by the State of Florida as a Fire Alarm Contractor I in accordancewith Florida State Statute, Chapter 489, Part II.c.Environmental and safety work including worker protection, asbestos/leadavoidance, waste segregation, and waste disposal.d.Providing shop drawings including, but not limited to, sprinkler layouts,hydraulic calculations (signed and sealed by a fire protection professional engineer,licensed in the state of Florida), fire alarm wiring diagrams, and battery calculations,product data, and other construction transmittals as required by the contract documents. These documents 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. The contractorwill be required to develop a specific detailed design for the affected facility andshall submit it, for Government approval, prior to beginning any construction work. Business firms will be required to submit relevant and recent project experience datawith their bids. SPECIFIC INFORMATION SOLICITED It is requested that interested small business firms having the capabilities necessary tomeet or exceed all aspects of the effort described herein, submit to the contractingofficer a Capabilities Package demonstrating the ability to perform the services listedabove. The capabilities package shall reference this Sources Sought Notice and be titled:Capabilities Package Install Fire Protection Systems, Various Locations, Phase 3, atthe John F. Kennedy Space Center, Florida. The submission shall be prepared in eitherPDF or Microsoft Office. All responses should be provided in MS Word document format. The capability statement package shall be no more than 5 pages in length, single spaced,and have minimum 12 point font. The cover letter provided with the 5 page submissionshall include the following information: Company Name, DUNS Number and Address; CompanyBusiness Size (large or small business in NAICS Code 238220) and identify if they are aHUBZone small business, a service-disabled veteran owned small business, or an 8(a) smallbusiness., Point-of-Contact name, phone number and email address. The capability package shall address, as a minimum, the following: Experience in fire suppression system installation in the last 5 years inoperating, occupied, and existing facilities; fire alarm work; and work around otherbuilding systems in active, secure facilities on government and university installations. Financial capability information, to include a statement identifying the firmsbonding capacity, a copy of the firms most current Balance Sheet and Income Statement,and the firms average annual revenue for the past three (3) years.A statement that the small business firm can perform at least 25 percent of thecost of the contract, not including the cost of materials, with its own employees.Capability packages must be submitted electronically, via email, to Robert Glanowski,NASA Contract Specialist, at the following address: robert.glanowski@nasa.gov on orbefore Noon Local Time on April 25, 2011. NASA/KSC may not accept submissions that do notcomply with the submission instructions. NASA/KSC will review all acceptable submissionsbased on the breadth, depth and relevancy of experience as it relates to the workdescribed above. NASA does not intend to post information or questions received to any website or publicaccess location. NASA also does not plan to respond to individual responses. 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 preclude any interested party from futureconsideration for requests for proposals which may be announced or solicited by NASA. DISCLAIMER: This information is for planning purposes only, subject to FAR Clause52.215-3, entitled Solicitation for Information or Solicitation for 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 firms for costs incurred toprepare responses to this Notice. END OF SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/201101GLANOWSKI/listing.html)
 
Record
SN02409770-W 20110327/110325234752-7b2cd7aa29b73e3607f8be0edbd46830 (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.