Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2012 FBO #4003
SOURCES SOUGHT

Y -- MODIFICATION OF ARES-I MOBILE LAUNCHER

Notice Date
11/7/2012
 
Notice Type
Sources Sought
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK13457725I
 
Response Due
11/17/2012
 
Archive Date
11/7/2013
 
Point of Contact
Andrew Scott Dennis, Contracting Officer, Phone 321-867-6258, Fax 321-867-8671, Email Andrew.S.Dennis@nasa.gov - Terrance W. Crowley, Contract Specialist, Phone 321-867-7696, Fax 321-867-1141, Email Terrance.Crowley-1@ksc.nasa.gov
 
E-Mail Address
Andrew Scott Dennis
(Andrew.S.Dennis@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources for the labor, equipment, and materials to deconstruct and modify the existing Ares-I Mobile Launcher (ML) for the new Space Launch System (SLS) at Kennedy Space Center, Florida. The work consists of removal and storage of existing system components, equipment, and materials for reuse/reinstallation; demolition of system components and structure not to be reused; modification of structural elements and installation of new structural elements; reinstallation of salvaged equipment and materials, and installation of new systems, equipment, and materials. Heavy structural demolition and construction is to be performed on approximately half of the existing ML base (MLB).Temporary foundations and shoring will be required to support the remaining MLB and ML tower (MLT) structure during deconstruction/demolition and reconstruction. Modifications to the MLT Electrical Equipment Rooms include removal and modification of Air Conditioning ductwork, and electrical and communication cable trays, and relocation of lighting fixtures.Accurate weights of all items and material removed from the ML and all items and material installed on or in the ML shall be determined, documented, and provided for record. The primary deconstruction, demolition, and construction site is the ML Park Site #3 at Kennedy Space Center, Florida. The National Aeronautics and Space Administration (NASA)is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses,and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) Code is 238120 Structural Steel and Precast Concrete Contractors and the Small Business Size Standard is $14.0 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. For informational purposes, the estimated value of this contract is more than $10 Million over a fifteen month performance period. CAPABILITIES PACKAGE It is requested that interested businesses having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting officer a capabilities statement package (no more than 7 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. A one page cover letter must be provided with your 9 page submission with the following information: (1) Company Name and Address; Company Business Size and Business Size Status (i.e., large, small, small disadvantaged, woman-owned small, HUBZone small, 8 (a), etc.); and Point-of-Contact name, phone number, fax number, and e-mail address. The 10 page capability statement package must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of comparable magnitude, complexity, and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the project described herein; (2) company profile to include number of employees; annual revenue history; office location (s); DUNS number; demonstration of financial stability; if a small business firm, assurance will be able to perform 50% of the work; and demonstration of a management structure that allows for an integrated organization accountable for total performance responsibility; (3) management approach to staffing this effort with qualified personnel including currently employed personnel, possible subcontract /teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (4) a letter from a recognized surety company indicating that performance/payment bond greater than $40 Million can be secured if the contractor intends to serve as the prime. Subcontracting Responses must include the following: 1) Name and address of firm, size of business and size status; average annual revenue for past 3 years and number of employees; ownership; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The capability statement and cover letter must be submitted electronically to the following email address: Andrew.S.Dennis@nasa.gov. The subject line for email submission should be ML Modification - Capability Statement. Responses must be received by November 17, 2012 not later than 1700 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2007 or greater. NASA/KSC may not evaluate offeror submissions that do not comply with the submission instructions. NASA/KSC will evaluate all offeror submissions that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. A debrief will not be available. The Government reserves the right to consider a small business, 8(a) or any other set-aside arrangement as deemed appropriate for this procurement. All questions pertaining to this announcement must be submitted in writing to Andrew S. Dennis, Contracting Officer, at: Andrew.S.Dennis@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Any referenced notes may be viewed at the following URLs linked below. Point of Contact Name: Andrew S. Dennis Title: Contracting Officer Phone: 321-867-1174 Email: Andrew.S.Dennis@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK13457725I/listing.html)
 
Record
SN02926702-W 20121109/121107235637-49664b3cc34cd87d133df99a00b6ac26 (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.