Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

Y -- Mobile Launcher 2 (ML-2) - ML-2 Attachments

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
80KSC018R0032
 
Archive Date
6/16/2018
 
Point of Contact
Timothy M. Freeland, Phone: 3218671095
 
E-Mail Address
timothy.freeland-1@nasa.gov
(timothy.freeland-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is soliciting information for the purposes of identifying potential prime contractors and/or joint ventures to provide services for the design, fabrication, assembly, and test of the Mobile Launcher 2 (ML-2). NASA’s purpose for ML-2 at KSC is to be the launch platform for the Space Launch System (SLS) “Block 1B” (B1B) vehicle, both crewed Orion and future uncrewed payload configurations with flexibility and expandability (modularity) to accommodate future modifications for the “Block 2” (B2B) vehicle crewed and uncrewed payload configurations. NASA’s concept for ML-2 is similar in nature and concept of operations as ML-1, currently in the build and test phase. ML-2 is envisioned to be a two-story base structure with similar dimensions to ML-1 with an approximate 400-foot service tower. The function of the ML-2 is to assemble, test, service, transfer to the launch pad, and launch the SLS launch vehicle and Orion spacecraft (or other payload). Along with the flight vehicle, the ML-2 will interface with other existing facilities being modified. (i.e., the Vehicle Assembly Building [VAB], launch pad 39B, Crawler Transporter (CT), and ML park sites). The ML-2 design and construction will include the main structural system, facility systems (electrical power, potable water, compressed air, sanitary sewer, fire suppression, fire detection, oxygen deficiency monitoring system, HVAC, elevators, Kennedy Command and Control System, deck quench water, sound suppression water and ignition overpressure water) and ground support equipment (GSE) systems. The ML-2 GSE systems include the flight vehicle interfaces consisting of: Orion Service Module Umbilical (OSMU), Core Stage Forward Skirt Umbilical (CSFSU), Core Stage Inter-Tank Umbilical (CSITU), Tail Service Mast Umbilical (TSMU), Aft Skirt Electrical Umbilical (ASEU), Aft Skirt Pneumatic Umbilical (ASPU), Crew Access Arm (CAA), Vehicle Stabilizer (VS), 8-Vehicle Support Posts (VSPs), Exploration Upper Stage Umbilical (EUSU) and Emergency Egress Subsystem (EES). Also as part of the GSE design and construction for the ML-2 the following commodities and services are being installed: Cryogenic subsystems (LH2 and LO2), Pneumatic subsystems (GN2, GO2, Breathing Air (BAIR) & GHe), networks and communication subsystems, Environmental Control Subsystem (ECS), Ground Cooling Subsystem (GCS), Ground Special Power (GSP), Hydraulic Arms and Accessories Service Pressure (HAASP), Handling and Access, Hypergolic subsystem, Kennedy Ground Control Subsystem (KGCS), Launch Release Subsystem (LRS), Ground Main Propulsion Subsystem, Range Safety Checkout Subsystem, Sensor Data Acquisition Subsystem (SDAS), Thermal Control Subsystem (TCS), Thrust Vector Control (TVC) Hydraulic Support Subsystem (THSS), Weather Subsystem (WX), Transport Vehicle Purge Monitor Subsystem (TVPM), Hazardous Gas Leak Detection Subsystem (HGLDS) and Radio Frequency and Telemetry Station (RFTS). The acquisition is anticipated to be a Cost Reimbursement Two-Phase Design/Build procurement in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. One (1) contractor will be selected for award and responsible for the design and construction of the entire project. The total period of performance of this project is expected to be 44 months. THIS IS A REQUEST FOR INFORMATION ONLY This announcement is for informational purposes only to solicit information from potential sources. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Respondents deemed fully qualified will be considered in any resultant solicitation for this requirement. You are requested to provide an electronic submittal (20 page maximum including attachments) via e-mail to the primary Point of Contact (POC) for this requirement as well as 12 hard copies to the address listed below. The submittal should contain your relevant past performance on Design/Build work (particularly for projects between $200M-$500M), specific capability to effectively integrate and test complex, multi-disciplines of work, subcontractors that would be used to perform the work not self-performed, also any relevant experience working with Earned Value Management (EVM) reporting. The submittal should indicate the status of your systems related to cost reimbursement contracting (accounting, purchasing, billing…). The submittal should include any proposed teaming arrangements or possible major subcontractors. The North American Industry Classification System (NAICS) code is 236210 Industrial Building Construction. To facilitate a prompt review by the NASA team, a one (1) page summary shall be included with your capability statement(s), which identifies your company's specific capabilities that are relevant to the requirement to provide multi-disciple services. Also include in your capabilities package your DUNS, CAGE Code, and System for Award Management expiration date. It is insufficient to provide only general brochures or generic information. This is not a solicitation announcement. This sources sought announcement is for planning purposes; it does not constitute a Request for Proposal (RFP) nor should it be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. It is requested that information in response to this request for information (RFI) be submitted to Mr. Timothy Freeland at the following e-mail address: timothy.freeland-1@nasa.gov. Any questions concerning the RFI must be in writing via e-mail as telephone calls will not be accepted. Submit the required hard copies to: NASA/John F. Kennedy Space Center Timothy Freeland, Contracting Officer Mail Code: ML-2 SEB Kennedy Space Center, FL 32899 RESPONSES ARE DUE NO LATER THAN June 1, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC018R0032/listing.html)
 
Place of Performance
Address: NASA/John F. Kennedy Space Center, Kennedy Space Center, United States
 
Record
SN04919859-W 20180513/180511230851-c907cec46404bd2798af7bce31820238 (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.