Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2013 FBO #4395
SOURCES SOUGHT

Y -- SOURCES SOUGHT SYNOPSIS FOR FY14 CENTRAL COMPRESSED AIR SYSTEMS REPAIRS

Notice Date
12/4/2013
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC14ZCH008J
 
Response Due
1/6/2014
 
Archive Date
12/4/2014
 
Point of Contact
William J Varis, Contracting Officer, Phone 216-433-5914, Fax 216-433-2480, Email william.j.varis@nasa.gov - Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.W.Sepesi@nasa.gov
 
E-Mail Address
William J Varis
(william.j.varis@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS for FY14 Central Compressed Air Systems Repairs The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking capability statements from interested parties, including Large,Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB. The Government reserves the right to issue any upcoming solicitation as a Large, Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is 238220, Industrial process piping installation, with a size standard of $14 million dollars. The North American Industry Classification System (NAICS) code for this procurement is 236210, Addition, alteration and renovation, general contractors, industrial building (except warehouses), with a size standard of $33.5 million dollars. PROJECT DESCRIPTION: NASA Glenn Research Center (GRC) is seeking firms capable of the procurement, installation and activation of industrial service equipment. The Center is looking for firms with construction capabilities and relevant project experience as defined below for GRCs Central Compressed Air Systems Repairs. The effort contemplated has an estimated value of less than $10,000,000.00. Responding firms shall address capabilities and past experience related to capabilities in coordinated field construction of industrial mechanical, electrical and controls systems to facilitate the procurement, installation and activation of a five pound per second service air compressor and dryer system for the Centers 125 psig distributed service air system. These construction services require the ability to perform coordinated and integrated field construction in an operational environment while observing NASA-specific operational, safety and environmental processes. Critical expertise includes the construction of mechanical pressure and piping systems ranging from -inch through 48-inch piping sizes, construction of structural support systems, low and medium voltage electrical installation of feeder, regulation, conditioning and control systems ranging from 24-volts to 2400-volts, integrated control systems installations for local and distributed industrial process control systems, environmental remediation within existing facilities and demolition of existing systems within active industrial facilities.The proposed project specifically requires that the offeror source equipment vendors and work with those vendors to develop and provide equipment control and instrumentation systems that integrate wholly with the existing plant and campus distributed controls systems at GRC. The offeror will be further required to activate the systems and demonstrate the functional integration and performance of these systems under a wide range of operational conditions and situations. Specific professional skills required include schedule management, procurement of materials and services, job site safety and environmental management, quality control management and subcontractor coordination. Relevant project experience is defined as: 1.Procurement, installation and activation of complex industrial process systems. 2.Development, procurement, installation and activation of distributed industrial control systems. 3.Operational and/or maintenance experience with large, complex industrial process systems. 4.Large scale complex construction or renovation projects involving numerous subcontractors including a demonstrated ability to schedule, coordinate and manage multi-faceted projects. 5.Execution of construction projects at sites with continued operational activities during construction; demonstrating limited impact to continuing site operations. 6.A demonstrated commitment to safety, health and environmental protection during the execution of construction projects. In order to ascertain the method of procurement for the construction services outlined above, interested firms are invited to submit a CAPABILITY STATEMENT ADDRESSING THE ABOVE AND SHALL ALSO INCLUDE, but not limited to the following: name and address of firm, size of business; average annual revenue for the past three (3) years and number of employees; ownership, whether your firm is a Large business, Small Business (SB), 8(a), HUBZone SB, Woman-Owned SB, Veteran-owned SB, and/or Service-disabled Veteran-owned SB; number of years in business; affiliate information; parent company; joint venture partners; potential teaming partners; prime contractor (if interested as a potential subcontractor); list of customers covering the past three (3) years (highlight relevant project experience, contract numbers, contract type, dollar value of each procurement; and points of contact- addresses and phone numbers). In addition, interested large business firms are requested to submit their proposed recommendation for Small Business Subcontracting Plan Goals for each category (Small, Small Disadvantaged, Women-owned, HUBZone, Veteran-owned, Service-disabled Veteran-owned, and Historically Black Colleges and Universities (HBCUs)) in the event a procurement for this effort is conducted via full and open competition. Capability statements shall be no longer than ten (10) type-written, single-sided pages. All questions shall be directed to: William Varis Contracting Officer Procurement Division NASA Glenn Research Center 21000 Brookpark Road, M.S. 60-1 Cleveland, Ohio 44135 P: (216) 433-5914 F :( 216) 433-2480 Email:william.j.varis@nasa.gov Capability Statements shall be submitted by January 6, 2014 at 4:30 pm EST. Please email them to william.j.varis@nasa.gov. In responding to this synopsis, please reference Sources Sought (NNC14ZCH008J/ NNC14ZCH009J) FY14 Central Compressed Air Systems Repairs. NNC14ZCH008J/ NNC14ZCH009J ARE ACTUALLY PART OF THE SAME SOLICITATION. Both numbers will be active on www.fbo.gov for collecting this information. 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 capable may be considered in any resultant solicitation for the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC14ZCH008J/listing.html)
 
Record
SN03245310-W 20131206/131204234238-5d7e1bac3724a2cb433e3fe85d1745de (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.