Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
MODIFICATION

Y -- Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1, John F. Kennedy Space Center, Florida

Notice Date
1/13/2020 9:57:26 AM
 
Notice Type
Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC020R0001
 
Response Due
2/12/2020 11:00:00 AM
 
Archive Date
02/27/2020
 
Point of Contact
Anthony M. Caruvana, Phone: 321 867-3464, Fax: 321 867-1141, C. M. Julius Williams, Phone: 321 861-2661, Fax: 321 867-1141
 
E-Mail Address
anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov
(anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov)
 
Description
The Contractor shall furnish all management, supervision, labor, transportation, facilities, materials, tools, equipment, disposal, and documentation (except any property, including utilities, specified in the Schedule to be Government-Furnished) to perform all work for the Tasks named below, and defined in the contract drawings, maps, specifications, and/or statements of work. The work includes, but is not limited to, the following: 1. General renovation of the existing CCF including removal and replacement of facility roofing system, removal and replacement of an acoustic ceiling tile system, architectural modifications to existing shop and office areas, civil site work for new utilities installation, structural modifications for an expanded safe room, potable water and plumbing modifications, modifications to medium and low voltage electrical power systems, removal and replacement of lighting systems, addition of a lightning protection system, replacement of HVAC equipment and duct work throughout the facility, installation of a new fire suppression system, and removal and replacement of a fire alarm system. 2.� Modifications and upgrades to the existing Liquid Helium (LHe) Transfer Area and Valve Yard including removal and relocation of gas bag trailers, removal and reinstallation of existing LHe dewars (includes temporary storage), removal of LHe transfer cryogenic process piping, removal of Gaseous He (GHe) process piping, civil and structural modifications to existing concrete pads, installation of an exterior covered walkway and canopy system over LHe pumps provided by others, procurement and installation of large LHe vaporizers, installation of new LHe cryogenic process piping, and installation of new GHe process piping to new and existing equipment/supply lines. Systems must comply with applicable ASME Code references specified. 3.� Installation of a new Ground Support Pneumatics (GSPN) console including installation of control console computers and monitors in the new control room portion of the facility safe area, installation of PLCs at locations around the CCF, installation of equipment racks at locations around the CCF, installation of control and power wiring, installation of gas analyzer equipment, installation of sensing devices, connection to PLCs for the LHe pumps provided by others, and programming, GUI development, and testing of the GSPN console and all field equipment prior to implementation in production service. The existing GSPN console equipment must remain in service, connected to end item equipment, powered, air conditioned, accessible, and protected from the construction environment (i.e. dust, noise, etc.). 4.� Existing equipment, components, assemblies, etc., that must be removed and replaced/reinstalled known to have coatings containing or are partially comprised of asbestos, heavy metals, and/or PCBs. Abatement procedures will be required for certain construction activities. This project includes working in a fully operational facility that cannot have any significant duration of downtime without substantial coordination around launch and launch vehicle processing schedules. The CCF must remain operational with operations personnel able to perform work related to the existing GSPN console, existing GHe compressors and scavenger compressors, and existing LHe pump and vaporizer (temporary installation by others) as required to perform launch and launch vehicle processing operations at locations it supplies with GHe. Phasing of work around daily operations of the CCF is critical to the success of the project. Daily coordination with operations personnel for outages and work in different areas will be required to keep the CCF operational and perform the work specified. NOTE:� Contract Attachment J-F, Drawings, have been split into 3 files under this announcement due to the file size limitations.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2d2cbf3703c4b5bab79b1f501bb9b38/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05532760-F 20200115/200113230257 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.