SOURCES SOUGHT
Z -- UPGRADE LIGHTING AT VARIOUS BUILDINGS AT KSC
- Notice Date
- 12/8/2015
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16OSMLP01
- Response Due
- 1/11/2016
- Archive Date
- 12/8/2016
- Point of Contact
- Marco Pochy, Contracting Officer, Phone 321-867-8567, Fax 321-867-1188, Email marco.l.pochy@nasa.gov
- E-Mail Address
-
Marco Pochy
(marco.l.pochy@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space center (KSC) is soliciting information about potential sources for the Upgrade Lighting at Various Buildings at KSC". Vendors having capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation, and references as requested below. The estimated price range of this project is between three million and five million US dollars ($3,000,000 - $5,000,000). SCOPE OF WORK: The work to be performed under this project consist of providing all labor, equipment, materials, tools, test equipment, specialized services, and subcontracts to upgrade various fluorescent/metal halide lighting with LED type light fixtures. The following buildings will require work to be performed: Space Station Processing Facility, SSPF (M7-0360), Payload Support Building, PSB (M7-0505), Cryogenics Test Laboratory (M7-0557), Launch Equipment Shop, LES High-bay (K6-1247), Logistics Facility High-bay (K6-1547), Prototype Shop (M7-0557), and the first floor of the Operations Support Building 2, OSB II (K6-1249). Requirements include, but are not limited to, the items listed below: a) Experience with removing old fluorescent tube lighting and ballast hardware, modify the fixture to accept LED tubes, and installing the LED tubes.Includes wiring the LED tubes so they are powered directly by line voltage of 120VAC/208VAC system or a 277VAC/480VAC system. b) Experience with removing existing lamps and ballast and properly disposing of the same in an environmentally friendly manner. c) Experience with removing existing high bay/shop area lighting fixtures and replacing those fixtures with new LED high bay type fixtures. d) Experience with performing work in an operational area and coordinating with facility/on-site staff to ensure daily work activities in the area are not affected by LED lamp/fixture work. e) Experience with installing new LED office type fixtures in a suspended ceilings. f) Experience with installing lighting controls for LED type fixtures. g) Experience working with high lifts and scissor type lifts to access hard-to-reach and high bay type ceiling lighting fixtures with ceilings up to 50 feet. h) Experience with scaffolding, as required, to access lighting in low-bay shop areas under non-movable shop equipment and/or warehouse type shelving up to 12 feet wide and over 40 feet all with ceilings up to 50 feet. i) Experience planning and sequencing work to minimize both the quantity and duration of outages. Existing fixtures to be removed shall become the property of the contractor. CAPABILITY STATEMENT: It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above. The capability package shall be no more than 7 (seven) pages in length and printed in not smaller than 12 point font. The capability statement will consist of a: 1 page cover sheet that references the Sources Sought Notice NNK16OSMLP01, Capabilities Statement UPGRADE LIGHTING AT VARIOUS BUILDINGS AT KSC And: Up to 6 (six) pages discussing: 1. Company Name, DUNS Number, Address, and Description of Principal Business Activity, Primary Point of Contact (e-mail address and phone number). 2.Business size and firms average annual revenue for the past three years. Specifically state whether your firm is a large or small business in NAICS 238210. Description of principal business activity, number of employees; specifically identify if you are a HUBZone, service-disabled veteran owned, economically disadvantaged woman-owned or an 8(a) small business. 3.Financial Capability Provide a bonding capability of your firm and most recent balance sheet and income statement. 4.Experience Provide the number of years in business and listing of relevant work performed in the previous 5 years. Relevant work for the purpose of this Notice can be defined as, but not limited to, the following: a.The contractor shall have demonstrated experience with installing lighting control systems. b.The contractor shall have demonstrated experience with installing LED light fixtures for office and/or high bay applications. c.The contractor shall have demonstrated experience with AC voltage systems of 120VAC208VAC and 277/480AC for lighting circuits. d.The contractor shall have demonstrated experience with job hazard analysis, the use of personal protection equipment for arc-flash protection and shock protection as well as general construction protective equipment. e.The contractor shall have demonstrated experience with lighting projects as detailed in the SCOPE OF WORK section above. Capability packages must be submitted electronically, via e-mail, to Marco Pochy, Contracting Officer, at the following address:marco.l.pochy@nasa.gov on or before 01/11/2016. NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. All responsible sources may submit a capability package which will be considered by the agency. DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, Request for Information or Solicitation for Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this notice, nor will the Government reimburse an offeror for costs incurred in preparation of this notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. No solicitation exist at this time; therefore, do not request a copy of a solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Website, FedBizOps. Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis. All contractual and technical questions must be submitted by e-mail. Telephone questions will not be accepted. Failure to respond to this notice does not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16OSMLP01/listing.html)
- Record
- SN03963915-W 20151210/151208234448-09d23472bc4ecd2be73d95c6ef885a81 (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 |