SOURCES SOUGHT
Z -- REPAIR ELECTRICAL DISTRIBUTION SYSTEM TO THE COMMUNICATION BUILDING
- Notice Date
- 9/23/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND14529509E
- Response Due
- 10/15/2014
- Archive Date
- 9/23/2015
- Point of Contact
- Jenny Y Staggs, Contracts Specialist, Phone 661-276-7029, Fax 661-276-2243, Email jenny.y.staggs@nasa.gov - Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
- E-Mail Address
-
Jenny Y Staggs
(jenny.y.staggs@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NASA/AFRC is hereby soliciting information about potential sources for performing repair services for an electrical distrubition system to the communication building at NASA Armstrong Flight Research Center (AFRC) located on Edwards Air Force Base, Edwards, CA. The project will consist of civil, structural, architechtural, and electrical work. The civil work includes installing new concrete equipment pads at the communication building. Existing asphalt pavement will be sawcut and demolished to make way for the new concrete pads. New guard posts will be installed to protect the equipment pads and the existing fuel pad. The structural scope includes design and installation of the anchorage for new equipment to new concrete pads. The architectural scope includes design and installation of an enclosure for electrical equipment to be constructed near the existing building. The electrical scope includes (a) Upgrading the existing electrical equipment at the communication building. The building interior circuit breaker panels, uninterruptible power supplies (UPS), and transformers will be replaced. (b) New UPS systems will be provided in an exterior enclosure, air conditioned for operation of electronic equipment. New UPS distribution system to new rack receptacles will be installed per NASA specifications. UPS battery cell monitoring system sensors and communications cable raceway provisions will be provided for voltage supervision at a designated B4824 workstation. (d) Existing exterior building electrical service equipment to be demolished, including switchboard, transformer, standby generator, load bank, and fuel tank. (e) Exterior building electrical service and distribution equipment to be installed per NASA specification to incorporate PLC controlled double ended switchboard with manual transfer switch interface for connecting a new portable standby generator. The NASA AFRC 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 repair work on an electrical distribution system to the communication building at NASA AFRC located on Edwards Air Force Base, Edwards, CA. 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. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, 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). 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 Jenny Y. Staggs no later than October 15, 2014. Please reference solicitation number NND14529509E 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/DFRC/OPDC20220/NND14529509E/listing.html)
- Record
- SN03524592-W 20140925/140923235931-7df1a42e0b721b4cd661173880a8d6a5 (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 |