Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOURCES SOUGHT

Y -- MULTIPLE AWARD CONSTRUCTION CONTRACTS AT THE KENNEDY SPACE CENTER AND CAPECANAVERAL AFS

Notice Date
9/14/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
KSC-MACC
 
Response Due
9/28/2011
 
Archive Date
9/14/2012
 
Point of Contact
Anthony M. Caruvana, Contracting Officer, Phone 321-867-3464, Fax 000-000-0000, Email Anthony.M.Caruvana@nasa.gov
 
E-Mail Address
Anthony M. Caruvana
(Anthony.M.Caruvana@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources for MultipleAward Construction Contracts at the Kennedy Space Center and Cape Canaveral Air ForceStation, FL.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.NASAs Kennedy Space Center (KSC) has numerous construction requirements that areanticipated over the next five years. The anticipated requirements are grouped into thefollowing categories:General Construction: Repair, renovation, demolition, and new construction involvingsite work, structural work, building envelop, mechanical systems, electrical systems, andarchitectural features. Planned future repair, renovation, demolition, and newconstruction work may include, but may not be limited to, office buildings, warehouses,spacecraft processing facilities, and laboratory facilities.Electrical Construction: Repair, renovation, and new construction of low voltage (lessthan 600VAC) wiring, equipment, and devices; medium voltage (601VAC-35,000VAC) wiring,equipment, and devices; low voltage lighting installation both indoor and outdoor;installation of low and medium voltage transformers up to 1500KVA, three phase, indoorand outdoor; substation control wiring and control devices (24VAC-240VDC); conduitinstallation of various types, either indoors or outdoors; installation of panel boardsand associated breakers; fused and non-fused disconnect switches; and, electric powergenerators up to 2MW, 3Phase, 4160VAC.Mechanical Construction: Repair, renovation, and new construction of air handling units,boilers, chillers, cooling towers, duct distribution systems, fans, hot water tanks, HVACcontrols, pumps, refrigeration systems, solar heating systems, and various pipingsystems, including chilled water, compressed air, drain/waste/vent, fire sprinkler, hotwater, natural gas, potable water, and refrigerant piping. Work also includes testing,adjusting, balancing, and commissioning of all completed systems.NASAs Kennedy Space Center (KSC) plans to issue a single request for proposal (RFP)resulting in the award of multiple contracts for each of the specific categoriesidentified above. Within each of these three categories, NASA/KSC intends to award up to15 contracts. The contract type will be Firm-Fixed Price, Indefinite-DeliveryIndefinite-Quantity (IDIQ), with a five-year ordering period. These resulting contractswill be utilized to support construction, alteration, and repair of buildings,structures, and other real property located at the KSC, Cape Canaveral Air Force Station(CCAFS), and other locations near KSC and CCAFS. It is anticipated that each IDIQ contract will have a minimum value of $5,000.00. Theanticipated maximum aggregate value for all task order awards across all IDIQ contractsin the three categories is $400 million. Individual task orders are anticipated to rangein value from $100K - $30M. Past history indicates that there are many large and small businesses that are capable ofperforming the work required. Therefore, NASA/KSC is requesting information from allprospective offerors who meet the criteria for one or more of the small businesssocio-economic programs as follows:1. Small Business Administration Certified 8(a) contractors,2. Historically Underutilized Business Zone (HUBZone) contractors,3. Service Disabled - Veteran Owned Small Business contractors,4. Woman Owned Small Business contractors, or5. Economically Disadvantaged Women Owned Small Business contractors.Interested socio-economic contractors listed above may submit their capability package(s)to include the information listed below no later than September 28, 2011. Please limityour capabilities package to three pages (8.5 x 11) per discipline, with a font and pointsize no smaller than Times New Roman 12. At a minimum, the following information isrequired:1. Bonding capacity per project and aggregate bonding capacity,2. List of projects relevant to the appropriate NAICS code and a brief description ofeach project completed within the last 3 years with references, to include addresses, andtelephone numbers for each. Contractor provided examples of relevant projects shalldemonstrate the ability to either perform or coordinate these activities as well as thecapability to perform multiple projects simultaneously. Please submit your capability package(s) to the Contracting Officer, Anthony Caruvana,via e-mail. The e-mail address is Anthony.M.Caruvana@NASA.Gov. The acquisition process will include the issuance of a DRAFT RFP inviting comments fromprospective offerors on all aspects of the DRAFT RFP, including the requirements,schedules, proposal instructions, and evaluation approaches. The anticipated releasedate of the DRAFT RFP is not earlier than October 2011.The NAICS Code and small business size standard for each category is as follows:Category 1: General Construction NAICS is 236220 and small business size standard is$33.5 millionCategory 2: Electrical Construction NAICS is 238210 and small business size standard is$14 millionCategory 3: Mechanical Construction NAICS is 238220 and small business size standard is$14 millionAn ombudsman has been appointed See NASA Specific Note B.It is the responsibility of prospective offerors to monitor the Internet site for therelease of the DRAFT and FINAL solicitations and amendments (if any). Potential offerorswill be responsible for downloading their own copy of the solicitations and amendments(if any). Any referenced notes may be viewed at the URLs linked below.All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/KSC-MACC/listing.html)
 
Record
SN02576084-W 20110916/110915000019-dc278bc3149a46f9e506ef9f2e98cb8b (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.