SOURCES SOUGHT
Z -- NCCIPS 32 MVA FACILITY MODIFICATIONS
- Notice Date
- 1/14/2011
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS11ZDA002L
- Response Due
- 1/28/2011
- Archive Date
- 1/14/2012
- Point of Contact
- Chuck J Heim, Contract Specialist, Phone 228-688-3199, Fax 228-688-1141, Email charles.j.heim@nasa.gov - Jason Edge, Contracting Officer, Phone 228-688-2346, Fax 228-688-1141, Email Jason.F.Edge@ssc.nasa.gov
- E-Mail Address
-
Chuck J Heim
(charles.j.heim@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Stennis Space Center (SSC)is seeking Capability Statements from all interested parties, including Small, SmallDisadvantaged, 8(a), Woman-owned small business, Veteran-owned, Service Disabled Veteran,and Historically Underutilized Business Zone (Subzone) businesses for the purposes ofdetermining the appropriate level of competition and/or small business subcontractinggoals for the NCCIPS 32 MVA Facility Modifications at John C. Stennis Space Center, MS. The Government reserves the right to consider a Small, 8(a), HUBZone or Service DisabledVeteran small business set-aside based on responses hereto for this requirement. Nosolicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.The NAICS Code for this project is 236210 (Industrial Building Construction) and the sizestandard is $33.5 Million. An overview of the anticipated requirements may include thefollowing: This work will include the electrical, mechanical and civil work to upgradethe current NCCIPS data center to support 32 MVA capacities. This work will includeupgrades to the electrical infrastructure including but not limited to generatorswitchgear, additional backup generators, and the addition of more transformers, terminalcabinets, switches, duct bank, and fiber. There will also be security system upgrades tosupport additional cameras. This work will include upgrades to the mechanicalinfrastructure including but not limited to chilled water manifolds, valves, expansionjoints and piping. The addition of another 400 ton chiller, water pumps, drives, andassociated material including work to balance the chilled water infrastructure. The workincludes addition of more Computer Room Air Conditioning units and associated material tobe tied into the existing Building Automation System. The upgrade and replacement ofexisting pumps to larger chilled water pumps and the addition of dual headers.This workwill include upgrades to the civil infrastructure such as building 9303. The upgradeswill include but not limited to sewage piping, lift station, roof repairs, HVAC system,site drainage, and dirt work.Based upon information submitted by companies subject to NAICS code 236210, NASA willdetermine the final content of the future solicitation or solicitations. The purpose ofthis sources sought is to determine if any small businesses, under NAICS code 236210,possess the necessary capabilities to perform requirements identified above, with abonding capability between $30 and $40 Million. SSC encourages qualified Joint Venturebusiness arrangements to submit capability statements as well. It is not sufficient tosimply state that one area (e.g., electrical) will be subcontracted out. The capabilitystatement shall also include relevant past experience for each teamingpartner/subcontractor. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized on Federal BusinessOpportunities (FedBizOpps) and on the NASA Acquisition Internet Service (NAIS). It is theresponsibility of the potential offerors to monitor these sites for the release of anysolicitation or synopsis. This sources sought is for informational and planning purposesonly and is not to be construed as a commitment by the Government nor will the Governmentpay for any information solicited. Since this is a sources sought announcement, noevaluation letters and/or results will be issued to the respondents. CapabilityStatements shall be submitted electronically only, via e-mail, to the primary Point ofContact (POC) listed below. The Capability Statement, exclusive of a one-page summary,shall NOT exceed ten (10) pages (including attachments) and shall contain a minimum fontsize of 12. Additionally, the Capability Statement shall list at a minimum two (2)customer contacts covering the past five (5) years, and include the followinginformation: (1) Highlight relevant contract work performed, (2) Contract number, (3)Contract type, (4) Dollar value of each contract, (5) Customer/Agency, (6) Customer pointof contact address, current phone number and current e-mail address. To facilitate aprompt review, a one-page summary shall be included with your Capability Statement whichshall identify your companys specific capabilities that are relevant to, and reflect themagnitude of, these requirements. The one-page summary will not count against the 10-page limit. The one-page summary shallinclude: (1) Companys name, address, primary POC and telephone number, (2) Size ofbusiness; (3) Companys average annual revenues for the past three (3) years and totalnumber of employees; (4) Ownership; (5) Number of years in business; (6) CompanysGovernment size standard/type classification (Large, Small, Small Disadvantaged, 8(a),Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business); (7) Affiliateinformation: parent company, joint venture partner(s), potential teaming partner(s),prime contractor (if potential sub) or subcontractors (if potential prime); and point ofcontact position, address and phone number; (8) Applicable NAICS Code(s); (9) DUNS numberand cage code (for prime and subcontractor/teaming partners); and (10) BondingCapability. It is not sufficient to provide only general brochures or genericinformation. Responses shall include the companys specific area of interest in thisacquisition as being either a potential prime contractor or subcontractor. NOTICE: Copiesof your Capability Statement may be made available to prospective offerors in the future.Therefore, it should not contain company-sensitive information. Your response is due nolater than January 28, 2011. Please reference NNS11ZDA002L in any response. SSC is alsointerested in contractor feedback related to suggestions for contract type andsubcontracting opportunities. This feedback may be used as research information tosupport the analysis and development of subcontracting goals and potential teamingarrangements. This feedback should also be provided electronically via e-mail to theprimary POC by January 28, 2011. Any questions shall be submitted in writing via e-mailto the POC listed below to be used for consideration in the development of therequirements. Point of Contact: Charles J. Heim, Contracting Officer, E-mailCharles.j.heim@nasa.gov. Please submit all questions and data through the above e-mailaddress only, NOT through the phone or fax numbers listed below. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS11ZDA002L/listing.html)
- Record
- SN02360763-W 20110116/110114234249-658188e6717a848658177d872146d7c1 (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 |