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
SOURCES SOUGHT

Z -- Emergency Egress System (EES) Conveyance

Notice Date
4/22/2021 11:05:25 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021ZCS006L
 
Response Due
5/7/2021 11:00:00 AM
 
Archive Date
05/22/2021
 
Point of Contact
C. M. Julius Williams, Phone: 3218612661, Derrick A. Wade, Phone: 3218678701
 
E-Mail Address
christopher.m.williams@nasa.gov, derrick.a.wade@nasa.gov
(christopher.m.williams@nasa.gov, derrick.a.wade@nasa.gov)
 
Description
Emergency Egress System (EES) Conveyance Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Emergency Egress System (EES) Conveyance 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 Other than Small (OTS), Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran Owned-Small Business (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 for a potential construction project to provide an egress system for Mobile Launcher-1 (ML-1).� The work shall include adding a safety system for the EES which includes platforms, a slide wire, basket assemblies, Programmable Logic Control (PLC) based safety control systems, and brake system.� The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Veteran-owned-Small Business (VOSB) Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is: 237990 Other Heavy and Civil Engineering Construction, with a size standard of $39.5 million. Estimated award date for this contract is August 2021, with a project period of performance of approximately 360 calendar days.� The estimated award amount is more than $10,000,000. SCOPE OF WORK The work consists of ML-1 structural modifications and addition of the new conveyance system (i.e. basket assemblies, wire rope, braking system) for the EES.� Implementation of all tasks for this conveyance project shall require all the necessary procurement, fabrication, and installations of aerial hardware and equipment, fabrication and installation of platforms, modifications to existing ML-1 structures and tower platforms, basket assemblies, PLC based safety control systems, braking system, wire ropes with hoisting and control systems, and perform all testing, verification, and validation of the new and modified installations. 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 that demonstrates the ability to perform the services listed above. The capability package shall be no more than 10 pages in length and printed in not smaller than 12-point type. The capabilities statement package shall include, as a minimum the following: Page cover sheet referencing Source Sought Notice �80KSC021ZCS006L� Capabilities Statement � �Emergency Egress System Conveyance Installation for ML-1� at Kennedy Space Center, Florida 32899. And; 1.�� Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). 2.�� Business size and number of employees � Specifically, state whether your firm is a large or small business in NAICS Code 237990.� Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3.�� 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. 4.�� Experience � Provide the number of years in business and listing of relevant work performed in the previous 7 years. �Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: The contractor shall have demonstrated construction experience with precision metal fabrication, software development for safety systems, and hoisting/lifting equipment.� The contractor shall have demonstrated experience with implementing construction modifications to existing facility systems without damage or repairs and successfully managing renovation projects in an environment while other contractors are working. The contractor shall have demonstrated experience achieving critical schedule timelines for complex projects. The contractor shall have demonstrated experience with the execution and documentation of quality plans. Capability packages must be submitted electronically, via e-mail, to Julius Williams, NASA Contract Specialist, and Derrick Wade, NASA Contract Specialist, at the following addresses: Christopher.M.Williams@nasa.gov and Derrick.A.Wade@nasa.gov before 2:00PM EST on May 7, 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 Synopsis 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 on Beta.Sam Website (https://beta.sam.gov/). �Interested firms are responsible for monitoring 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/3d1449ba072d4e618e0b2a8ab8a8f38a/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN05981041-F 20210424/210422230118 (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.