Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

Y -- Logistics Facility Heating, Ventilation and Air Conditioning (HVAC) Replacement, Kennedy Space Center, FL.

Notice Date
1/12/2021 8:08:22 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021ZCS003L
 
Response Due
1/27/2021 1:30:00 PM
 
Archive Date
02/11/2021
 
Point of Contact
Anthony M. Caruvana, Phone: 3218673464, Fax: 3218671141, C. M. Julius Williams, Phone: 3218612661, Fax: 3218671141
 
E-Mail Address
anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov
(anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov)
 
Description
SOURCES SOUGHT NOTICE Logistics Facility Heating, Ventilation and Air Conditioning (HVAC) Replacement������ INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC), FL. is seeking capability statements from all interested parties, including Small Business, Small Disadvantaged Business (SDB), 8(a), Woman-owned small business (WOSB), Veteran Owned small business (VOSB), Service Disabled Veteran Owned small business (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 Logistics Facility Heating, Ventilation and Air Conditioning (HVAC) Replacement at Kennedy Space Center, Florida 32899. The Government reserves the right to consider a Small Business, Small Disadvantaged Business (SDB), 8(a), Woman-owned small business (WOSB), Veteran Owned small business (VOSB), Service Disabled Veteran Owned small business (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) small business set-aside based on responses hereto. � The North American Industry Classification System (NAICS) code for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors with a size standard of $16.5 million.� Estimated solicitation release date for this requirement is March 2021, with a project period of performance of approximately 533 calendar days.� Estimated award amount is anticipated to be between $1,000,000 and $5,000,000. SCOPE OF WORK The work includes but is not limited to the following: The replacement of Heating, Ventilation and Air Conditioning (HVAC) at the Logistics Facility (K6-1547). The new HVAC systems will provide conditioned air to various spaces of the Logistics Facility.� The scope includes demolition of existing roof top units, modification of existing ductwork, install and upgrade Variable Air Volume units, upgrade Constant Air Volume units, upgrade controls and remote monitoring, demolition of existing chilled water pumps, modification of chilled water piping, incorporate variable frequency drive pump motor controls, demolition and replacement of computer room units and air cooled condensers, �upgrade of existing Andover Continuum Building Automation System (BAS) hardware/firmware and software and incorporate remote monitoring, demolish and replace existing roof curbs for all rooftop equipment to be replaced, demolish existing supply ventilation fans and relief ventilators and replace with new equipment to meet code ventilation requirements, demolish and replace with like in kind exhaust fans. All equipment will be installed at and in the vicinity of the KSC Logistics Facility (K6-1547).� This facility will be occupied during the performance of this construction project and close coordination with the Government�s team will be required. Specifically, this general overall description of this project consists of, but is not limited to: � � �A.� Replacement of Heating, Ventilation and Air Conditioning (HVAC) at the Logistics Facility (K6-1547) and incidental related work.� � � � � � 1. Demolish Roof Top Units (RTUs) and modify existing�associated supply air/return air distribution ductwork. � � � � � 2. Replace identified RTUs with Variable Air Volume (VAV) units.� � � � � � � 3. Replace selected RTUs with Constant Air Volume (CAV) units. � � � � � 4. Upgrade Constant Air Volume (CAV) boxes and Variable Air Volume System (VAV) boxes and all associated controls and provide remote control/monitoring by the existing facility Andover Continuum Building Automation System (BAS). � � � � � 5. Demo existing chilled water pumps and convert the piping configuration to eliminate the existing bridge and bypass and incorporate Variable Frequency Drive (VFD) pump motor controls. � � � � � 6. Demo and replace Computer Room Unit (CRU) along with Air Cooled�Condenser (ACC) and provide remote control/monitoring by the existing�Andover Continuum Building Automation System (BAS). � � � � � 7. Upgrade the existing Andover Continuum Building Automation System�(BAS) hardware/firmware and software to include new workstation,�RTUs controllers, VAV/CAV controls, Infilink update, and integration of revisions into the existing Andover Continuum database and into the existing Kennedy Space Center Complex Control Systems (KCCS) interface, located in the Logistics Facility. � � � � �8. Disconnect and integrate identified RTUs� to connect to and operate as a VAV system and include dedicated supply and return air smoke duct detectors. � � � � �9. Provide/support the survey/monitor of the recently installed roof prior to construction, during construction, and after construction is complete to insure there is no damage and that the roof warranty has not been voided by the construction process. � � � �10. Demolish and replace existing roof curbs for all rooftop equipment to be replaced. � � � �11. Demolish existing supply ventilation fans and relief ventilators�serving the warehouse in addition to the associated roof curbs, and replace with new to meet code ventilation requirements. � � � �12. Demolish roof top exhaust fans and replace with like-in-kind. � � �B.� Contractor will be required to closely coordinate all sub-contractor�s trades and create and maintain as built drawings. � � �C.� Contractor will be required to provide testing results of each system and provide full support to operate the system for the Government�s witnessed commissioning including testing. 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 �80KSC021ZCS003L�, �Capabilities Statement � Logistics Facility Heating, Ventilation and Air Conditioning (HVAC) Replacement�. And: The remaining nine (9) pages discussing the following: Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). Business size and number of employees. Specifically state whether your firm is a large or small business under NAICS Code 238220. Description of principal business activity; number of employees; and specifically identify if you are a small disadvantaged business, HUBZone small business, veteran owned small business, service-disabled veteran owned small business, woman-owned small business, or an 8(a) small business. 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. Experience � Provide the number of years in business and listing of relevant work performed in the previous five (5) years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following:� � � � � � � � � a.� Projects involving the coordination and installation of complex multi-discipline facility projects involving roof-top HVAC systems. � � � � � � � � b.� Projects involving the modification of DDC HVAC control systems. � � � � � � � � c.� Projects involving HVAC ancillary equipment replacement at heights. � � � � � � � � d.� Projects involving HVAC equipment replacement in an occupied facility with project phasing. Remaining pages can be used to further elaborate on pertinent experience information. Capability packages must be submitted electronically, via e-mail, to Anthony Caruvana, NASA Contract Specialist, at the following email address:� anthony.m.caruvana@nasa.gov on or before January 27, 2021.� 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 Beta.Sam.Gov Website. �It is the potential offeror�s responsibility to monitor these sites 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. NOTE:� If a solicitation is issued, it is anticipated that Specifications and Drawings for this project will have an Export Determination of EAR 99 � EAR Controlled � ITAR Controlled - and will be considered controlled documents. Therefore, download of documents won�t be permitted until requesters have been cleared through the Defense Logistics Agency (DLA). Please begin DLA registration immediately since clearance could take a couple of weeks. All contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) by completing a DD Form 2345.� To complete the DD Form 2345, go to the website at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx.� This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by DLA they can verify if their status is still active by utilizing their cage code at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by DLA.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f9fffc330f44d168b04567c29b55212/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05890561-F 20210114/210112230113 (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.