Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2021 SAM #6993
SOURCES SOUGHT

Y -- Modify Vehicle Assembly Building High Bay-3 Platforms for Block 1B

Notice Date
1/19/2021 12:49:51 PM
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021ZCS004L
 
Response Due
2/3/2021 1:30:00 PM
 
Archive Date
02/18/2021
 
Point of Contact
Anthony M. Caruvana, Phone: 3218673464, C. M. Julius Williams, Phone: 3218612661
 
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 Modify VAB High Bay-3 Platforms for Block 1B���� 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 Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), 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 to Modify Vehicle Assembly Building High Bay-3 (HB3) Platforms for Block 1B at Kennedy Space Center, Florida 32899. The Government reserves the right to consider a Small business, small disadvantaged business, 8(a), Woman-owned (WOSB), Veteran Owned Small business, Service Disabled Veteran Owned Small Business (SD-VOSB), or HUBZone business set-aside based on responses hereto. � The North American Industry Classification System (NAICS) code for this procurement is 238120, Structural Steel and Precast Concrete Contractors with a size standard of $16.5 million.� Estimated solicitation release date for this requirement is April 2021, with a project period of performance of approximately 1095 calendar days.� Estimated award amount is anticipated to be greater than $10,000,000. SCOPE OF WORK The work includes but is not limited to the following: Contractor shall provide the necessary resources to fabricate and erect new platforms in the Vehicle Assembly Building (VAB).� Each of these platforms weigh approximately 300kips, and consist of W44 rail beams that support a welded steel structure (approximately 38ft by 60ft) that can move along the length of the W44s, the mechanical, electrical, and control systems that drive the platform movement, as well as lighting, communications wiring, and fire suppression systems that support the operations and emergency egress.� The W44�s will be welded to a large machined corbel structure, which attaches to a track system on the facility columns, by a set of 4-inch diameter pins.� The project will also require the reinforcement of approximately 100 existing building frame members (in-place modification of steel W-shapes) ranging from 40ft to 55ft long.� In addition, new floors and rooms, walls and ceilings will be constructed in the building.� Other ancillary work on building system modification/extension is included for the following: fire suppression pipes and valves, fire alarm, gaseous Nitrogen and gaseous Helium tubing (>5,000psi), and electrical power.� The VAB is a greater than 500ft tall steel frame structure with a cavernous interior: all of the above installation scope will be completed at heights ranging from about 280ft to about 450ft above ground, requiring extensive experience with personnel access, material delivery, and fit up/ bolting/ welding materials at such heights. This is an operational facility and construction will be completed in the operational downtime between launches, and dual occupancy of the work space is anticipated. 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 must consist of a: 1 page cover sheet referencing Source Sought Notice �80KSC021ZCS004L, Capabilities Statement � Modify VAB HB3 Platforms for Block 1B�. 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 in 238120. Description of principal business activity; number of employees; and specifically identify if you are a small business, 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 seven (7) years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: � � � � � � � � � a.� Fabrication of complex welded structures with large W-shapes and machined plates. � � � � � � � � � b.� Fabrication of complex welded structures that include machined plates. � � � � � � � � � c.��Adherence to tight fabrication tolerances for large welded structures. � � � � � � � � � d.��Working at heights >100ft to erect or modify steel structure framing members and connections. � � � � � � � � � e.��Work performed in active operational facilities, preferably with the US Government. � � � � � � � � � f.��Installation and testing of ancillary building systems as defined in the Scope of Work. 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 Contracting Officer, at the following email address:� anthony.m.caruvana@nasa.gov on or before February 3, 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/7ea5f4f679c148fcabad079cab63bd6f/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05895009-F 20210121/210119230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.