SOURCES SOUGHT
Z -- Repair VAB Utility Annex
- Notice Date
- 3/1/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17GUMKE_Utility_Annex
- Archive Date
- 3/31/2017
- 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
- Repair VAB Utility Annex Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Repair VAB Utility Annex PCN 99144 INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a potential construction project the Repair VAB Utility Annex project at Kennedy Space Center, Florida 32899. 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. The North American Industry Classification System (NAICS) code for this procurement is 236220, title "Commercial and Institutional Building Construction", with a size standard of $36.5 million. Estimated award date for this contract is Summer of 2017. Estimated award amount is above $10,000,000. The period of performance is approximately two years. SCOPE OF WORK A. At Vehicle Assembly Building (VAB) Utility Annex (UA) a. Replace the UA metal panel roof over the segment of the facility addressed as the motor control center (north side of the UA) which houses the electrical switchgear. This area is approximately 3,000 sq. ft. Repairs to the existing main portion of the building will also be required both on the roof as well as the main floor (including some stem wall repairs) and column base plate repairs. Skylights and roof vents of varying sizes are located throughout the building roof area and some or all will be enclosed. Four existing roof exhausters will need to be replaced with like-kind. An expansion to the building (a proposed 27'-7"x 62'-7" addition to the existing Motor Control Center (MCC) Electrical Room is also in the scope. b. The phased removal of existing chillers (peak load of 6,000 tons), selected chilled and condenser water piping, primary and secondary pumps, controls and all related accessories and supports. The new work includes phased installation of new chillers and total tonnage has minimal variance depending on manufacturer selected. In addition, new chilled and condenser water piping, valves and all required supports and accessories shall be provided. New primary pumps, as well as new secondary pumps shall be provided. New controls system will also be provided. c. Control work supports the mechanical work being performed. Demolition of existing PLC based controllers, sensors, end devices and associated wiring, pneumatic tubing and conduit. Installation of a Programmable Logic Control (PLC) based controller to serve the chilled and condenser water systems inclusive of selected cooling tower controls, installation of new sensors, control valves and end devices, hardware and software to integrate the controls with the Supervisory Control and Data Acquisition Building Automation System (SCADA BAS), programming of new sequences of operation, checkout and commissioning. The existing control room finishes (ceilings, floor coverings and wall coverings), and the existing console furniture is to be replaced. A new manual control panel is to be fabricated and installed within the new console. d. The electrical work includes the replacement of the existing 5kV switchgear with new arc-flash resistant equipment. In order to accommodate required phasing, an expansion to the existing electrical room is required to house the new switchgear so that it may be installed while the existing switchgear remains in service. Also included is the electrical work associated with the replacement of the existing chillers and pumps serving the chilled water distribution system for the Kennedy Space Center LC-39 area. An additional item under this task includes the installation of new 350 kcmil 15kV parallel conductors for each of existing feeders 608 and 614. Scope will include installation of new pad mounted transformers to replace existing. e. The replacement of an existing substation with arc-flash resistant equipment. Replacement of this station will be done by replacing one side of the station at a time. This will allow one-half of the station to remain in service to power equipment in the plant necessary to continue operations. The removal of existing electrical gear to make way for the temporary switchgear now in operation, which this project replaces. B. Cooling Towers Includes the replacement of the existing condenser water pumps, replacement of fan blades and selected drive shafts gearboxes and related work. The existing ozone generator(s) will be replaced. The new system will require a 480 volt, 3-phase circuit to serve a step-down transformer to provide 120/240v, 3-phase, 4-wire power to the new generator(s), and the associated PLC/controls. C. Air Compressors Includes the replacement of the 4 existing air compressors, compressed air piping and receiving tanks and related appurtenances. Also includes the installation of a new Mini-PLC, and integration with the new SCADA BAS system. D. Controls Systems Upgrades to the controls systems as it relates to mechanical and other systems is presently proposed to use Modicon M340/M580 PLCs as the basis of design, with a Citect SCADA using dual (redundant) operator workstations (OWS) and servers. The primary communications protocol would be Modbus I/P over an Ethernet network. The operations controls center for the UA room and its equipment (OWS and servers) will also be renovated. Scope includes a new manual control panel with LED displays and HMI color touch screen interface communicating directly to the plant PLC via Modbus plus independent of the Ethernet/IP network. All associated equipment will also be included. E. Other Considerations Due to the phased approach of this project and the fact that the Utility Annex needs to remain in operation throughout the project life the availability of electrical and other system outages, which shall be short in duration (hours), shall be limited. It is the design intent to allow no chilled water production outages to occur during construction. In addition, operational constraints at the VAB due to preparations for launch activities will be a factor impacting such outages. A strong management team that can address the high risk factors of this project, exercise firm project schedule control and sub-contract management will be a critical factor in evaluating suitability for this project. The submittal of technical shop drawings have a definite impact on project schedule. Therefore, their accuracy and exactness or lack thereof will be a key factor towards success of this project. The controls contractor or sub-contractor has been in past chilled water plant projects a key player, whose role strongly influences team performance. Contractor and/or subcontractor efficient resource management are critical to success. Such project management capabilities as demonstrated by prior experience and success in such complex projects will be examined in the capability statement. 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 ten (10) pages in length and printed in not smaller than 12 point type. The capabilities statement will consist of a: 1 page cover sheet referencing Source Sought Notice "NNK17GUMKE_Utility_Annex", Capabilities Statement - "Repair VAB Utility Annex at Kennedy Space Center, Florida 32899". And; The remaining nine (9) pages shall include the following: 1. Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). 2. Business size and number of employees. Specifically state whether your firm is a large or small business in NAICS Code 236220. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3. Financial Capability - Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, and the firm's average annual revenue for the past 3 years. 4. Experience - Provide the number of years in business and listing of relevant work performed in the previous 5 years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: a. The contractor shall have demonstrated construction experience of commercial size facilities, installing and repairing electrical (power) systems such as described in the scope of work above, mechanical (chilled water plants including chillers, cooling towers and associated equipment) construction experience addressing systems of the same magnitude as described in the scope of work above. This experience shall include the procurement, installation, activation, testing, and documentation of systems described in the above scope of work. The contractor shall have demonstrated experience in work planning to maintain continuous facility operations, working in a coordinated fashion with active operators and minimizing outages during replacement projects. b. The contractor shall have demonstrated experience with shop drawing design for all systems as described in the above scope of work. The contractor shall also have demonstrated experience implementing, validating, testing, and documenting control schemes, and networking of components for remote monitoring and control as described in the scope of work above. c. The contractor shall have demonstrated experience with power system electrical hazard analysis, detailed job hazard analysis, and the wearing of arc-flash and shock prevention personnel protective equipment while working within manholes containing energized medium voltage cable, or in the vicinity of energized equipment with energized insulated cables or un-insulated components present. d. The contractor shall have demonstrated experience managing projects with multiple sub-contractors encompassing all the disciplines described in scope of work above. The contractor shall describe successful project management capabilities as demonstrated by prior experience and success in such complex projects as described in the scope of work above. Remaining pages can be used to further elaborate on experience. Capability packages must be submitted electronically, via e-mail, to Randall Gumke, NASA Contracting Officer, at the following address: randall.a.gumke@nasa.gov on or before March 16, 2017 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. DISCLAIMER: This Sources Sought Notice is for planning purposes only, subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes". It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it 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 to prepare responses to 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. Respondents will not be notified of the results of the evaluation. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the Federal Business Opportunities Website, FedBizOpps, (https://www.fbo.gov/). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. 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/NNK17GUMKE_Utility_Annex/listing.html)
- Record
- SN04418984-W 20170303/170301234749-271e04ebab2ecec9eeaee085dd1725fe (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 |