Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

Z -- DESIGN PURCHASE CONSTRUCT A VIBRO ACOUSTIC CAPABILITY AT NASA PLUM BROOK STATIONS SPACE POWER FACILITY

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07ZCH005J
 
Response Due
5/2/2007
 
Archive Date
3/9/2008
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center plans to issue a Request For Proposal (RFP) using Best Value Selection to solicit design/purchase/construction proposals for a Vibro-Acoustic Test Capability (VTC). This Vibro-Acoustic Test Capability (VTC) will augment the thermal-vacuum environmental test capabilities, currently present within the Space Power Facility (SPF) Complex, located at Plum Brook Station, Sandusky, Ohio, with a Mechanical Vibration Facility and a Reverberant Acoustic Test Facility. The project consists of a contract for the design/purchase/construction and commissioning of the VTC, including all the necessary supervision, labor, material, and mobilization for the same. THE CONTRACT WORK CONSISTS OF THE FOLLOWING: the design/purchase/construction and commissioning of the Space Power Facility Vibro-Acoustic Test Capability. The contract scope solicits three (3) primary end items: i) Mechanical Vibration Facility (MVF); ii) Reverberant Acoustic Test Facility (RATF); and iii) common high-speed Data Acquisition System. The scope of work will necessitate control and integration across these three systems and the current SPF systems. The construction phase consists of the Construction and Commissioning of the Vibro-Acoustic Test Capability, including the RATF, MVF, DAS and modifications necessary to integrate the VTC into existing SPF facility systems. The MVF is expected to provide controlled input of three single-axis sinusoidal input capabilities to spaceflight systems weighing up to 50 tons at 5-150 Hz (up to 1.5 g(pk)), and random vibration inputs for systems up to 5 tons at 20-2000 Hz (up to 3.8 g(rms)). The RATF will generate and control acoustic energy of 163 dB minimum (ref: 2.9 x 10E-09 psi) across a bandwidth of 31.5 Hz to 8000 Hz. The chamber shall accommodate similarly sized items tested on the MVF. Maximum test article height is expected to be 47 ft; maximum diameter expected to be 27 ft. Test durations of 20 minutes at this full energy level are required. A common high speed Data Acquisition System (DAS) is to provide response measurements for both the MVF and RATF. The DAS shall accommodate real-time channel acquisition, storage and post-processing of 512 response channels. THIS IS AN UNRESTRICTED PROCUREMENT. The order of magnitude for the procurement is more than $10,000,000 and the effort shall be completed by on or before December 2008. A FIXED PRICE CONTRACT is contemplated. The resultant contract shall be subject to clause: 1852.232-77 Limitation of Funds (Fixed- Price Contract) The North Atlantic Industry Classification System (NAICS) Code and small business size standard for this procurement are 238990 and $13 Million, respectively. The work is considered "Heavy and Civil Engineering Construction" The anticipated release date of the RFP is on or about 4/2/2007 with an anticipated offer closing date of on or about 5/2/2007. The firm date for receipt of proposals will be stated in the RFP. The Government intends to issue a draft Statement of Work (SOW)/Request for Proposal (RFP) for comments as soon as it becomes available. The Engineering Study Report will be posted on the internet site described below, when available. Pertinent information concerning this procurement is available at the following website: http://www.grc.nasa.gov/WWW/Procure/VATC.html . This website will updated as information becomes available. The Engineering Study Report and representative facility drawings of the SPF will be available from a local Blue Printer that will be listed in the RFP. All qualified responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked below. FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for - [Will be stated in RFP] (c) Participants will meet at- [NASA Plum Brook Station, Sandusky, Ohio] (End of Provision) All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123867)
 
Record
SN01247960-W 20070311/070309222236 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.