Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

Z -- Compressor Station Upgrades, Phase 2 - Draft Requirements

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-CompressorStationUpgradesPhase2
 
Archive Date
4/7/2018
 
Point of Contact
Morgan L. Whitfield, Phone: 7578646635
 
E-Mail Address
morgan.l.whitfield@nasa.gov
(morgan.l.whitfield@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
9.1. AG-HPA-4C-D-4R, Compressor Station Upgrades, Phase 2 Draft Statement of Work (SOW) Compressor Station Upgrades, Phase 2 - Sources Sought National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) 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 the Compressor Station Upgrades, Phase 2. 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 here to. The NASA LaRC Compressor Station Upgrades, Phase 2 construction project will furnish and install all equipment and prepare the site as specified in the design for the Compressor Station (Building 1247E), including the use of an AG Equipment HPA-4C-D-4R Compressor System. This work will include demolishing the existing Compressor 4 / Dryer 3, piping, electrical, foundation, and all associated ancillary systems. The new Compressor System (to be designated Compressor 8), piping, electrical, foundation, and all ancillary systems shall be furnished, installed, and integrated into the station per the design. The new Compressor 8 system shall supply 8 lb/sec of high pressure air @ 6,000 psi and -80degF dewpoint. The new compressor system shall consist of a specified centrifugal compressor that feeds a dryer that feeds a reciprocating compressor and shall have a design life expectancy of 30 years. Although the normal operations of the compressor are expected to be 1,000 hours per year, the compressor shall be designed to perform per normal industry standard (continuous operation). The goals of this project are to obtain reliable performance and operation, improved maintainability and improved on-line availability of the Compressor Station by utilizing industry proven equipment and operation techniques. Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of 7 pages or less (including attachments) with a minimum font size of 12 indicating the ability to perform the aspects of the effort described herein. The capability statement should specifically include the following: (1) General Information (Maximum of 2 pages): Interested offerors shall submit general information to include: (a) name and address of firm; (b) point of contact information to include name, title, phone number and email; (c) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) average annual revenue for past 3 years and number of employees; (e) size of business concern (large, small, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged, woman-owned small business, Historically Black Colleges and Universities (HBCUs), and Minority Institutions (MIs); (f) number of years in business;(g) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) 2 or 3 customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). and (2) Technical Capabilities to include general information and technical background describing your firms experience in contracts that are relevant to the work described in the Statement of Work (SOW), requiring similar efforts, and of similar magnitude with a focus on experience at Federal Facilities. Potential offerors are referred to the attached Draft SOW for a listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft SOW. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 236210 - Industrial Building Construction, with a size standard of $36.5 million annually. Estimated award date for this contract is September 2018. This is a sources sought synopsis to be used for information purposes only for preliminary planning purposes to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, gain knowledge of interest, and to support any potential set-asides. 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 offerors responsibility to monitor this site for the release of any solicitation and synopsis. Please advise if this requirement is considered a commercial or commercial-type service. A commercial item is defined in Federal Acquisition Regulation (FAR) 2.101. Any questions you may have are to be submitted in writing, via email, to be used for consideration in the development of the requirements. This sources sought 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. All responses shall be submitted electronically via email to Morgan Whitfield at morgan.l.whitfield@nasa.gov no later than March 23, 2018. Please reference SS-Compressor Station Upgrades, Phase 2 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-CompressorStationUpgradesPhase2 /listing.html)
 
Place of Performance
Address: NASA Langley Research Center, Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04848794-W 20180310/180308232153-dadc1e19daf2e063f8b788b1f12af6d2 (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.