SOURCES SOUGHT
Y -- CLOSE-DEMOLISH FACILITIES AND STRUCTURES AT THE KENNEDY SPACE CENTER AND CAPECANAVERAL AIR FORCE STATION FL
- Notice Date
- 4/29/2011
- 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
- 201101White
- Response Due
- 5/16/2011
- Archive Date
- 4/29/2012
- Point of Contact
- Sharon L. White, Contracting Officer, Phone 321-867-7230, Fax 321-867-1166, Email Sharon.White-1@ksc.nasa.gov
- E-Mail Address
-
Sharon L. White
(Sharon.White-1@ksc.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE to Close/Demolish Facilities and Structures.INTRODUCTIONThe 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, Economically DisadvantagedWoman-Owned, Veteran-Owned, Service Disabled Veteran-Owned, and HistoricallyUnderutilized Business Zone (HUBZone) businesses for the purposes of determining theappropriate level of competition and small business subcontracting goals for thedemolition of various facilities at Kennedy Space Center and Cape Canaveral Air ForceStation, Florida 32899. Small business firms having the capabilities necessary to meetor exceed the stated requirements are invited to submit capability packages, appropriatedocumentation and references.Telephone calls will not be accepted.The NAICS code for this effort is 238910 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 WORKThis project is to demolish various facilities and structures located at Kennedy SpaceCenter (KSC) and Cape Canaveral Air Force Station (CCAFS). These facilities previouslyhoused administrative and technical support or were support structures. The work will berequired to be performed with minimal impact to the surrounding roads and facilities. Itis anticipated that the work will occur primarily during the typical work hours of 7:00amto 3:30pm. Specifically, this project consists of: a.Demolition of the following facilities: 1.Facilities located at the Merritt Island Spaceflight Track Center, includingapproximately 17 facilities and associated structures and systems. The total squarefootage of building and foundation demolition is approximately 48,000SF with anadditional approximate 10,500SF of asphalt or concrete removal. (Image 1)2.One approximately 14,000 square foot cloth and metal storage structure. (Image 2)3.Three concrete and wood storage structures (approximately 260SF, 460SF, and6,500SF (Image 3)). 4.A concrete loading dock (approximately 1,100 SF) (Image 4)5.A solar hot water heater (approximately 2,900SF) (Image 5)6.A fuel transfer shed (approximately 2,500SF) (Image 6)7.Various trailers (approximately 6) (Image 7)8.5 JP-8 metal tanks and concrete containment structure (approximate size 18,000SF)(Image 8)9.Approximately 10 Metal Towers located at various locations at KSC. (Images 9a and9b)10.Various other small facilities, structures, and support systems. b.Aspects of this work include the following:1.Environmental and safety work including worker and environmental protection,cleaning and certification of fuel and storage tanks, waste segregation and wastedisposal, and safing and removal of hazardous materials including, but not limited to,friable asbestos and lead. 2.Removal and disposal of abandoned monitoring wells in accordance with state,local, and KSC regulations. 3.Coordination, deactivation, disconnection and removal of the electrical,mechanical and communications systems. 4.Construction of bird nest platforms, including pile foundations, with a height of30+ feet.5.Site restoration including re-grading and installing sod.6.Site clearing to access currently inaccessible structures for dismantling andremoval. 7.Working at heights to dismantle and remove tall structures. 8.Working under the U.S. Export Control Laws and prescribed in DOD 4160.21-M-1 forthe applicable structures and syatems.Business firms will be required to submit relevant and recent project experience datawith their bids.SPECIFIC INFORMATION SOLICITEDIt is requested interested small business firms having the capabilities necessary to meetor exceed all aspects of the effort described herein, submit to the contracting officer aCapabilities Package demonstrating the ability to perform the services listed above. Thecapabilities package shall reference this Sources Sought Notice and be titled:Capabilities Package Close/Demolish Facilities and Structures, Various Locations, atthe John F. Kennedy Space Center and the Cape Canaveral Air Force Station, Florida. Thesubmission shall be prepared in Microsoft Office. The capability statement package shallbe no more than 10 pages in length, single spaced, and have minimum 12 point font. Thecover letter provided with the 10 page submission shall include the followinginformation: Company Name, DUNS Number and Address; Company Business Size and identify ifthey are a HUBZone small business,a woman-owned small business, an economicallydisadvantaged woman-owned small business, a service-disabled veteran owned smallbusiness, or an 8(a) small business, Point-of-Contact name, phone number and emailaddress.The capability package shall address, as a minimum, the following: Experience in demolition in the last 5 years with similar scope and magnitude,representing capacity to meet the above project requirements, in secure areas ongovernment installations. Contractor must demonstrate experience in removal of hazardousmaterials, including friable asbestos.Contractor must demonstrate experience working atheights for a minimum of fifty (50) feet. Ability to work within the requirements of a Federal project site and a wildliferefuge. Include examples demonstrating the capacity for providing required submittals,safety plans, and as-built documents. Financial capability information, to include a statement identifying the firms bondingcapacity, a copy of the firms most current Balance Sheet and Income Statement, and thefirms average annual revenue for the past three (3) years. A statement the small business firm can perform at least 25 percent of the cost of thecontract, not including the cost of materials, with its own employees.Capability packages must be submitted electronically, via email, to Sharon L. White, NASAContracting Officer, at the following address: Sharon.L.White@nasa.gov on or before NoonLocal Time on May 16, 2011. NASA/KSC may not accept submissions not complying with thesubmission instructions. NASA/KSC will review all acceptable submissions based on thebreadth, depth and relevancy of experience as it relates to the work described 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.All responses shall be submitted to Sharon L. White no later than Noon Local Time, May16,2011. Please reference 201101White in any response. Any referenced notes may beviewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/201101White/listing.html)
- Record
- SN02437142-W 20110501/110429234949-6749e38bd7647f39f9ff8fd05a872257 (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 |