Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
MODIFICATION

Y -- Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4.

Notice Date
4/22/2021 5:01:36 AM
 
Notice Type
Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021R0023
 
Response Due
5/24/2021 11:00:00 AM
 
Archive Date
06/08/2021
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4.� Project Control Number (PCN): 98966.�� INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is�issuing�Request for Proposal 80KSC021R0023, a construction requirement for Safety and Reliability Upgrades, KSC Institutional Power Systems, Phase 4. � The North American Industry Classification System (NAICS) code for this procurement is 237130, Power and Communication Line and Related Structures Construction with a small business size standard of $39.5 million.� The project�period of performance is 730 calendar days.� The�award amount is anticipated to be between $1,000,000 and $5,000,000. This is a small business set-aside. SCOPE OF WORK Replacement of 5 (five) existing 15KV Load Break Switches (LBS-736, VFI-777, LBS-735, LBS-46 and LBS-36) located at various locations in KSC with brand new 15KV Vacuum Fault Interrupters. The replacement of existing Operations Support Building 1 (OSB1) (Building K6-1096) substations �SS-1127A/B� and �1128A/B�. Both substations, are indoor double-ended M-T-M configuration supplied by four (4) 1500 KVA pad mounted transformers. The original building substations are approximately 29 years old and are obsolete. The two (2) new substations will be customized as a M-T-M configuration and will be customized to match the dimensions of the existing layout. The new substations will share a separate control panel that will have PLC controls integrated in.�� Where used below, �removal� means selective demolition and potential storage of items removed, �replacement� means installation of new components/systems, and �reinstallation� means reuse of existing equipment removed in a new configuration.� The work includes, but is not limited to, the following: Removal of existing electrical equipment and installation of new substation switchgears, associated transformers, Load Break Switches (LBS), and Vacuum Fault Interrupters (VFI) including installation of PLCs at locations in the new substations, installation of equipment racks at locations in the substations, installation of control and power wiring, installation of sensing devices, connection to PLCs for the circuit, and LBSs, and VFIs Existing equipment, components, assemblies, etc., that must be removed and replaced/reinstalled are 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 due to launch and launch vehicle processing schedules. The facilities and buildings must remain operational. Phasing of work around daily operations of the OSB1 and other facilities 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 OSB-1 and other facilities operational and perform the work specified. NOTE: �The Specifications and Drawings for this project have an Export Determination of EAR 99 � EAR Controlled � ITAR Controlled - and are considered controlled documents. Therefore, download of documents won�t be permitted until requesters have been cleared through the Defense Logistics Agency (DLA).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ecebbfccffdd475485825b7eb540337c/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05980014-F 20210424/210422230111 (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.