SOURCES SOUGHT
Y -- SOURCES SOUGHT SYNOPSIS FOR FY14 LEWIS FIELD STORM SEWER SYSTEM REPAIR PHASE1
- Notice Date
- 12/4/2013
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC14ZCH007J
- 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 Lewis Field Storm Sewer System Repair, Phase 1 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 237110, Water and Sewer Line & Related Structures Construction, with a size standard of $33.5 million dollars. PROJECT DESCRIPTION: This announcement is to gauge the availability of construction firms experienced in storm sewer installation and repair.This project is the first phase of a series of storm sewer repair projects at the NASA Glenn Research Center. Responding firms shall address capabilities and past experience related to capabilities in coordinated field construction of storm water systems to facilitate the procurement, installation and/or relining of storm water main piping, storm water service piping, manholes, and catch basins. Work includes selective demolition, construction of the designated portions of the storm water system including coordination and implementation of traffic control and barricading. The Government estimated value of this work is less than $5 million. 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 shall include construction and/or rehabilitation using various methods such as horizontal directional drilling, open trenching, cast in place piping (CIPP), and other appropriate construction and rehabilitation operations for storm sewer system piping ranging from 6 through 60. System expertise shall also include site work and pavements (roads, sidewalks and parking lots).Work will be adjacent to other operational systems such as sanitary sewers, natural gas distribution, steam distribution, domestic water distribution, compressed service air systems, centralized chilled water, telecommunication systems, and electrical power systems.Specialized services, such as environmental sampling, hazard assessments and remediation (soils, lead, asbestos) may periodically be required. Specific professional skills required include schedule management, procurement of materials and services, job site safety and environmental management, quality control management, and subcontractor coordination. 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: 1) Contractor information: name and address of firm, size of business; average annual revenue for the past three years and number of employees, OSHA 300A forms from the past three years. 2) Type of business: ownership, whether the 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. 3) Experience: 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 years (highlight relevant storm sewer installations completed, contract numbers, contract type, dollar value of each procurement; and points of contact - addresses and phone numbers). 4) Bonding capacity: suretys name, maximum bonding capacity per project and aggregate maximum bonding capacity. 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 NNC14ZCH007J FY14 Lewis Field Storm Sewer System Repair, Phase 1. 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/NNC14ZCH007J/listing.html)
- Record
- SN03245557-W 20131206/131204234448-41ae674b0b83584041d445bbe8745c4a (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 |