Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2010 FBO #3248
SOURCES SOUGHT

Y -- CONSTRUCTION OF REVITALIZATION KSC WATER AND WASTEWATER SYSTEMS AT THE JOHN FKENNEDY SPACE CENTER FLORIDA

Notice Date
10/14/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
2011FELKER10
 
Response Due
11/10/2010
 
Archive Date
10/14/2011
 
Point of Contact
Gary Michael Felker, Contracting Officer, Phone 321-867-1415, Fax 321-867-2042, Email gary.m.felker@nasa.gov
 
E-Mail Address
Gary Michael Felker
(gary.m.felker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLYTELEPHONE CALLS WILL NOT BE ACCEPTEDINTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting information about potential sourcesinterested and capable ofproviding construction services required to Revitalize Water and Waste Water Systems atKennedy Space Center, Florida 32899. Vendors having the capabilities necessary to meet orexceed the stated requirements are invited to submit capability packages, appropriatedocumentation and references. The NAICS code for this effort is 237110 and the small business size standard is $33.5M. SCOPE OF WORK The primary task of the construction firm will be the revitalization of Kennedy SpaceCenters water distribution and waste water collection system. A list of tasksassociated with the proposed work includes, but is not limited to, the following: Replacement of existing asbestos cement water mains with ductile iron or polyvinylchloride (PVC) mains ranging in sizes up to 16 inches, various water main valves andconnection, installation of a new 500,000 gallon pre-stressed concrete ground storagereservoir, installation of a new water pump station including fire alarm and dry pipesuppression system, water quality analyzers, instrumentation and controls, gravity sewerreplacement and cured in place pipe (CIPP) linings, manhole lining and repairs, liftstation repairs and replacement, installation of associated electrical and communicationsequipment and wiring, and deconstruction of two 250,000 gallon elevated storage tanks. The size and breadth of this project will require coordinated outages of flight hardwareprocessing facilities with weekend and holiday work to accommodate.REQUIREMENTSConstruction services are required to install/construct the various water and waste watercomponents referenced in the description above. Firms shall have at least 5 years of demonstrated experience in the construction ofmunicipal water distribution and waste water collection systems for all of the systemcomponents mentioned in the description to include specific experience within the lastthree years. Specialized experience (and applicable certifications), as the sole contractor or as aprime contractor managing and coordinating water distribution and waste water collection,are required in the following areas:1. Construction and activation of water pump stations.2. Jack and boring operations with at least 16 carrier case pipe.3. Horizontal directional drilling with diameters in excess of 16.4. Dewatering operations utilizing continuous wellpoint techniques.5. Construction of new prestressed concrete tanks over 300,000 gallons.6. Installation of cured in place pipe (CIPP) slip lining for gravity sewers, includingbypass pumping.7. Installation of manhole liners.8. Application of hydrogen sulfide protective coating systems utilized in concreterestoration.9. Instrumentation and controls systems for water and wastewater pumping systems.10. Working within contaminated solid waste management unit (SWMU) sites.11. Environmental and safety work including worker protection, asbestos avoidance, wastesegregation, and waste disposal.12. Compliance with asbestos regulations working with asbestos-cement water mains.13. Compliance with Florida Department of Environmental Protection permits andregulations.14. De-construction of elevated storage tanks.15. Capacity to accomplish work requirements under compressed outage schedules.In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude ofConstruction Projects, the estimated price range is as follows:Between $5,000,000 and $10,000,000. CAPABILITIES PACKAGEIt is requested interested firms having the capabilities necessary to meet or exceed allaspects of the effort described herein, submit to the contracting office a capabilitiesstatement package (no more than 5 pages in length, single spaced, 12 point font minimum)demonstrating ability to perform the services listed above. The submission shall beprepared in either PDF or Microsoft Office 2000 or greater. NASA/KSC will review allofferor submissions complying with submission instructions using the following criteria:breadth, depth and relevancy of experience as it relates to the work described above;length of experience constructing water distribution and waste water collection systems;and capacity to accomplish the scope required under compressed schedules. Your submission shall include the following information: 1. Company Name, address, and website (if applicable); Company Business Size and BusinessSize Status (Specifically state whether your firm is a large or small business. If youare a small business, please also state whether your firm is disadvantaged, woman-owned,veteran-owned, service-disabled veteran-owned, HUBZone, or 8(a).) Please provide aPoint-of-Contact name, phone number, facsimile number, and e-mail address. 2. Company Profile Provide a staffing plan showing how work will be performed (viain-house personnel and/or subcontracted labor) and the capability of providing continuousoperations from the beginning of the contract through contract completion and during thewarranty period. Provide office location(s); DUNS number; and an assurance it will beable to perform at least 50% of the work in house.3. Financial Capability Provide bonding capacity of your firm, the most current BalanceSheet and Income Statement, and the firms average annual revenue for the past 3 years.4. Experience Provide specific past performance information on prior/currentconstruction and repair of water and wastewater systems projects performed within thelast three years that are/were similar to the work described in the scope of work andrequirements sections of this sources sought synopsis. Include the magnitude, scope,contract number, organization supported, indication of whether work was performed as aprime or subcontractor, contract value, point of contact with current telephone number,and a brief description of how the contract referenced relates to the services requiredat KSC.5. Resources Provide a list of company available resources such as corporatemanagement, currently employed personnel to include professional qualifications andrelevant work experience, and a listing of company owned or leased equipment to be usedduring construction.RESPONSE INSTRUCTIONS The capability statement and its cover letter shall be submitted electronically to theNASA John F. Kennedy Space Center, Attn: Gary M. Felker, Jr., NASA Procurement Officer,at: GARY.M.FELKER@NASA.GOV Responses must be received no later than Noon Local Time on November 10, 2010.DISCLAIMERThis synopsis is for planning purposes only and is subject to FAR Clause 52.215-3,entitled Solicitation for Information or Solicitation For Planning Purposes.It doesnot constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, andit 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 thisNotice, nor will the Government reimburse offerors for costs incurred to prepareresponses to this Notice. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized on FedBizOpps and onthe NASA Acquisition Internet Services (NAIS).It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this Sources Sought Notice does not exclude any interested partyfrom future consideration for proposals for design/construction/ demolition which may beannounced or solicited by NASA.TELEPHONE CALLS WILL NOT BE ACCEPTEDEND OF SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/2011FELKER10/listing.html)
 
Record
SN02311268-W 20101016/101014234131-f163845d2bee5a7f9bde559337759a0d (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.