SOURCES SOUGHT
Y -- MODIFY VEHICLE ASSEMBLY BUILDING HIGH BAY 3 FOR SLS KENNEDY SPACE CENTERFLORIDA.
- Notice Date
- 6/18/2013
- Notice Type
- Sources Sought
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK13TJFRFI2
- Response Due
- 7/1/2013
- Archive Date
- 6/18/2014
- Point of Contact
- Tyrone J Frey, Contract Specialist, Phone 321-867-9162, Fax 321-867-2042, Email tyrone.j.frey@nasa.gov
- E-Mail Address
-
Tyrone J Frey
(tyrone.j.frey@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/KSC is hereby soliciting information about potential sources for Modify Vehicle Assembly Building High Bay 3 for SLS, Kennedy Space Center, Florida. The National Aeronautics and Space Administration (NASA/KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses,and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Modify Vehicle Assembly Building High Bay 3 for SLS, Kennedy Space Center, Florida. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. PROJECT REQUIREMENTS Construction of a new adjustable structural steel platform system for the VAB High Bay 3. This system is being designed to accommodate multiple users through the vertical and horizontal adjustability of the platforms. The function of the adjustable platforms is to facilitate the assembly, testing, check-out, and servicing of the SLS Vehicle and Orion Multi-Purpose Crew Vehicle (MPCV) Space Craft with flexibility for yet to be determined other spacecraft. The proposed acquisition will involve the following types of activities within the VAB: 1.Reinforcing the VAB structure (steel framing and concrete foundations) to accommodate the adjustable platforms; 2.Constructing the adjustable structural steel platforms with structural steel inserts for differing mold lines of vehicles, power, lighting, communications, gaseous commodities, and fire suppression; 3.Modifying facility power, lighting and communications; 4.Modifying facility fire detection and protection; 5.Constructing fire-rated egress corridors; 6.Constructing heating, ventilation, and air conditioning (HVAC) for processing the spacecraft; 7.Modifying facility compressed air, gaseous nitrogen (GN2), gaseous helium (GHE), gaseous oxygen (GOX), and Breathing Air; and 8.Constructing relocatable elevator platforms. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the capabilities necessary to meet or exceed all aspects of the effort described herein are requested to submit to the contracting officer a Capability Package demonstrating the ability to perform the services listed above. The capability package shall reference this Sources Sought Notice and be titled: Capability Package Modify Vehicle Assembly Building High Bay 3 for SLS'The capability package shall be no more than 10 double-sided pages in length, single spaced, and have minimum 12 point Times New Roman font. The tailored capability package for this requirement should clearly detail the ability to perform the aspects of the notice described above and shall include the following information: 1.Organization name, DUNS Number, address, description of principal business activity, number of year in business, primary point of contact. 2.Number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, Service Disabled Veteran-Owned, and/or woman-owned. 3.The capability package shall address, as a minimum, the following a.Financial Capability Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, average annual revenue for the past 5 years. b.Demonstrated ability to have successfully performed structural steel construction in the last 5 years with similar scope and magnitude, representing capacity to meet the above project requirements on government installations. Contractor must demonstrate experience in removal of hazardous materials, including heavy metals. Contractor must demonstrate experience working at heights at a minimum of one hundred (100) feet. Include examples of similar contracts currently in progress or completed contracts within the past 5 years. References and other related information including, but not limited to, demonstrating the capacity for providing required submittals and safety plans.Listing of projects to include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Tyrone Frey no later than 1 July 2013. Please reference NNK13TJFRFI2 in any response. 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/NNK13TJFRFI2/listing.html)
- Record
- SN03093118-W 20130620/130618235439-e86792b12280b7f4138d0622379fbbb7 (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 |