Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOURCES SOUGHT

Y -- INSTALL GROUND SUPPORT EQUIPMENT ON THE SPACE LAUNCH SYSTEM MOBILE LAUNCHERAT KENNEDY SPACE CENTER FLORIDA

Notice Date
5/28/2014
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK14RFITJF02
 
Response Due
6/30/2014
 
Archive Date
5/28/2015
 
Point of Contact
Tyrone J Frey, Contract Specialist, Phone 321-867-9162, Fax 321-867-2042, Email tyrone.j.frey@nasa.gov - Terrance W. Crowley, Contract Specialist, Phone 321-867-7696, Fax 321-867-1141, Email Terrance.Crowley-1@ksc.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 from contractors interested and capable of providing the labor, equipment, and materials to Install Ground Support Equipment (GSE) on the Space Launch System (SLS) Mobile Launcher at 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 from contractors interested and capable of providing the labor, equipment, and materials to Install Ground Support Equipment (GSE) on the Space Launch System (SLS) Mobile Launcher at 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. 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. The prime contractor shall be proficient in understanding and managing complicated multidiscipline projects, schedules and quality control procedures. The project involves working at heights up to 400 feet and working in confined spaces. The work consists of the installation, test and checkout of large quantities of government furnished Ground Support Equipment including; hydraulic equipment; cryogenic (vacuum jacketed) piping and equipment; pneumatic tubing (AL6XN) and equipment; electrical power, mechanical cooling systems piping and ductwork; controls, and communications wiring and equipment; structural support members and access platforms for the GSE; installation of tower and base mounted launch accessories including umbilicals, access arms, and support structures (which may also include hydraulic, electrical and mechanical connections) that interface with the vehicle; structural modifications to the ML park site access platforms which shall require removal of paint and coatings containing heavy metals; and minor ML facility system rework. Precision cleanliness requirements shall be imposed for the piping and tubing component of the work. The electrical controls cabling will require potting and molding of the connectors, termination of cables and complete checkout of cabling. Accurate weights of all items and material removed, and all items and material installed on or in the ML shall be determined, documented, and provided for record. The primary construction site is the ML Park Site #3 at Kennedy Space Center, Florida. For informational purposes, the estimated value of this contract is more than $10 Million over a fifteen month performance period. It is requested that interested businesses having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting officer a capabilities statement package (no more than 7 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. A one page cover letter must be provided with your 7 page submission with the following information: (1) Company Name and Address; Company Business Size and Business Size Status (i.e., large, small, small disadvantaged, woman-owned small, HUBZone small, 8 (a), etc.); and Point-of-Contact name, phone number, fax number, and e-mail address. The 10 page capability statement package must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of comparable magnitude, complexity, and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the project described herein; (2) company profile to include number of employees; annual revenue history; office location (s); DUNS number; demonstration of financial stability; if a small business firm, assurance will be able to perform 50% of the work; and demonstration of a management structure that allows for an integrated organization accountable for total performance responsibility; and (4) management approach to staffing this effort with qualified personnel including currently employed personnel, possible subcontract /teaming arrangements, and strategy for recruiting and retaining qualified personnel. Subcontracting Responses must include the following: 1) Name and address of firm, size of business and size status; average annual revenue for past 3 years and number of employees; ownership; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The capability statement and cover letter must be submitted electronically to the following email address: tyrone.j.frey@nasa.gov. The subject line for email submission should be ML Modification - Capability Statement. Responses must be received by 6/30/2014 not later than 1500 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2007 or greater. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. A debrief will not be available. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. All questions pertaining to this announcement must be submitted in writing to Tyrone Frey, Contracting Officer, at: tyrone.j.frey@nasa.gov. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14RFITJF02/listing.html)
 
Record
SN03378548-W 20140530/140528235600-d4aa13de348fcc0554160d4c4b1dbd7b (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.