Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

Z -- Revitalize Industrial/Potable Water Distribution System

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND17610562
 
Point of Contact
Brian G. Bowman, Phone: 6612763329
 
E-Mail Address
brian.g.bowman@nasa.gov
(brian.g.bowman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a SOURCES SOUGHT NOTICE and will ONLY be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (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), and Historically Underutilized Business Zone (HUBZone) small businesses, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a project titled, "Revitalize Industrial/Potable Water Distribution System." Firms interested and capable of performing this work are highly encouraged to submit a response. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran-Owned (SD-VOSB), or HUBZone small business set-aside. Project Information Project Title: Revitalize Industrial/Potable Water Distribution System Project Location: NASA-AFRC, Edwards, CA 93523. The North American Classification Systems Code (NAICS) and small business size standard for this procurement are 237110-Water and Sewer Line Related Structures Construction and $36.5M, respectively. Construction Magnitude: The Estimated Price Range is between $5,000,000 and $10,000,000, in accordance with FAR 36.204. The effort shall be completed within 730 calendar days after notice to proceed. Project Description: NASA-AFRC intends to replace cast iron, ductile iron, galvanized or asbestos cement water pipe with copper or PVC pipe; have the center water supply be looped to improve supply redundancy; treat water with softeners to reduce HVAC equipment maintenance requirements; protect potable water main from contamination; separate the industrial water from domestic water; and install site water meters. The scope will include site-work, mechanical, electrical, and controls. Site-work scope includes: Pot-hole all existing utility pipes that cross the new water pipe alignment and existing parallel utilities within 6-feet of new pipe alignment before ordering any civil site materials. Have or purchase a trailer mounted hydro excavation system such as Vac-Tron LP 33 series or approved equal. The hydro excavation system shall become Government property at the conclusion of the project; Abandon approximately 4,000 linear feet of existing potable water piping in place to include draining the piping before capping; Install new PVC underground mains from the Edwards Air Force Base supply site to NASA-AFRC; Saw cut concrete and asphalt for new PVC pipe at NASA-AFRC; Install PVC pipe underground at NASA-AFRC and backfill; Install backflow preventers and seven (7) site water meters; and Pressure test, disinfect, and chlorinate the new piping per codes. Mechanical scope includes: Replace or remove existing potable water piping; Install new copper pipe, water softener stations, and backflow preventers in buildings; and Pressure test, disinfect, and chlorinate new piping per codes. Electrical scope includes providing conduit/power for all equipment (meters, panels, pumps, etc.). Controls scope includes installing Siemens panels to communicate with water meters for main water meters. RESPONSE SUBMISSION INFORMATION: Responses to this Sources Sought notice must be submitted electronically (via email) to Brian G. Bowman, Contracting Officer at brian.g.bowman@nasa.gov Please reference NND17610562R in your response. Responses are due by 2:00pm PST on January 19, 2017. Responses to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's Experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Experience: Submit a minimum of two examples of relevant projects that demonstrate experience with projects which are of similar size, scope, and complexity. Provide a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. For the projects listed describe the type of work for overall project and type of work your firm self-performed. Disclaimer and Important Notes: 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. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Information about major upcoming NASA-AFRC procurement actions are available at: http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=AFRC NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17610562/listing.html)
 
Place of Performance
Address: NASA-AFRC, P. O. Box 273, Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04359204-W 20161224/161222235031-421f4d9945f615f72bf101d8c3e931b1 (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.