Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOLICITATION NOTICE

Z -- Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 2 of 4

Notice Date
3/3/2016
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16575643R
 
Archive Date
1/3/2017
 
Point of Contact
Randall A. Gumke, Phone: 3218673322, STEFANIA I. WANZIE, Phone: 3218674982
 
E-Mail Address
Randall.A.Gumke@NASA.gov, STEFANIA.I.WANZIE@NASA.GOV
(Randall.A.Gumke@NASA.gov, STEFANIA.I.WANZIE@NASA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for NNK16575643R Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 2 of 4 at John F. Kennedy Space Center, Florida. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The primary task of the construction firm will be the revitalization of Kennedy Space Center's various medium and low voltage power systems. The work includes but is not limited to the following: a. Demolition, replacement, and installation of underground low and medium voltage cable systems to 15kV class, including installation in underground duct systems, manholes, and conduit systems. Use of personnel certified in complex cable splices while wearing arc-flash personnel protective equipment in manholes. b. Installing new and replacing various exterior 15kV switches with pad-mounted or vault style types. Installing new 15 kV class pad-mounted power transformers. c. Replacement and refurbishment of outdoor medium voltage (13.2 kV) air insulated bus structure at a high voltage (115 kV) substation. Work includes replacement or repair and refinishing of structural steel, reuse/replacement of electrical components (insulators, copper bus, surge arresters, switches, breaker jumpers, instrument transformers, lighting, grounding, etc.) supported from the structural steel, and protection of components and cables to remain in place and be reused. Providing engineering services to fully detail and specify the installation prior to construction. d. Interior and exterior low voltage (to 600 Volts) demolition and installation work. Work includes the replacement of an existing outdoor 480V substation equipment with new 1500 KVA double-ended switchgear including programmable logic controller and automatic transfer sequences. e. Site work (excavation, backfill, concrete, concrete reinforcement, bollards, de-watering, etc.) associated with underground electrical work and electrical equipment installation including foundations and pads for switches, transformers, and other electrical equipment enclosures. f. Structural steel design, detailing, fabrication, and finishing. g. Hazardous material sampling and abatement (paint, oil, and asbestos). h. Planning and sequencing work to minimize both the quantity and duration of power outages. i. Power system control power, instrument/metering, and transfer control systems including the use of programmable logic controllers and Schweitzer Engineering protective relay systems. Networking of metering, programmable logic controllers, and protective relays for customized remote monitoring and control. Providing detailed as-built wiring and software documentation for all such systems. j. Power system analysis, coordination studies, arc-flash studies, and protective relay settings. Performance of electrical safety hazard analysis, detailed job hazard analysis, and use of electrical personnel protective equipment, arc-flash and shock prevention. k. Power system equipment testing and validation including factory testing, customized and comprehensive field testing (commissioning), and NETA testing. The NAICS code for this procurement is 237130 with a small business size standard of $36.5M. The effort will include the following tasks and options: Base Bid 1 - Task 1: Orsino Substation Air Insulated Bus Refurbishment, and; Task 2: Emergency Power Plant Maintenance Platforms Option 1 - Task 1: Change Pad Mounted Switch Type to Solid Dielectric for Specific Base Bid CLIN-0001 Switches Option 2 - Task 5: M7-355, O&C Building, Substation 227 Installation, and; Replacement of Feeder 101 and 102 Cable Sections Option 3 - Task 5: Load Break Switch Replacements Option 4 - Task 5: Change Pad Mounted Switch Type to Solid dielectric for Specific Option 3 CLIN-0004 Switches Each task and option shall be bid separately. The Performance Period including all tasks and options shall be completed in 910 calendar days after notice to proceed. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: The total estimated cost of this project is in the estimated construction contract price range of between $5,000,000 and $10,000,000. The anticipated release date of the RFP is on or about March - April 2016, with an anticipated offer closing date of on or about May 2016. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled on or about March - April 2016. Prime contractors will be limited on the number of personnel in attendance. The Government has been informed that we can no longer utilize FedBizOpps (FBO) to transmit EAR or ITAR export controlled documents. Specifications and Drawings for this project have been identified as controlled documents. Therefore, all contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp/ Note: This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by FBO they can verify if their status is still active by utilizing their cage code at: http://www.dlis.dla.mil/jcp/search.aspx Further guidance on how contractors will receive the documents will be sent out with the solicitation. Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by DLA. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement (other than the controlled documents addressed above) shall be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. Prospective offerors are encouraged to register their intent to submit an offer on www.fedbizopps.gov. Search for the solicitation number and then select "Add Me To Interested Vendors." It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted by email. Telephone questions will not be accepted. Point of Contact Name: Randall Gumke Title: Contracting Officer Phone: 321-867-3322 Fax: 321-867-1166 Email: randall.a.gumke@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16575643R/listing.html)
 
Place of Performance
Address: Kennedy Space Center, FL, United States
 
Record
SN04039454-W 20160305/160304000402-a753839433120d67ec00da66e974b1db (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.