Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
SOURCES SOUGHT

Z -- REPAIR MISSION CONTROL INFRASTRUCTURES

Notice Date
11/29/2012
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
4200458538
 
Response Due
12/21/2012
 
Archive Date
11/29/2013
 
Point of Contact
James M. Hillman, Contracting Officer, Phone 661-276-2457, Fax 661-276-2292, Email James.M.Hillman@nasa.gov - Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov
 
E-Mail Address
James M. Hillman
(James.M.Hillman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC is hereby soliciting information about potential sources for REPAIR MISSION CONTROL INFRASTRUCTURES (RMCI). This is a Sources Sought Synopsis announcement-market survey for information only that will be used for preliminary acquisition planning purposes. No proposals are being requested or accepted at this time. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The National Aeronautics and Space Administration (NASA), Dryden Flight Research Center (DFRC), is seeking capability statements from all interested parties (nationwide), 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 for revitalization of a fifty-five (55) year old building complex by upgrading, replacing, or demolishing deteriorating and inefficient mechanical systems that have become too unreliable and costly to maintain. 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 proposed project will be a Firm Fixed Price construction contract.The type of solicitation to be issued will depend upon the responses received to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or for any follow up information requests. Please note that a decision to set-aside this procurement or to compete it through full and open competition has not yet been made. Project Background - The B4800 complex is the Heart of DFRC and houses; Mission Control Rooms, Western Aeronautical Test Range (WATR) data hubs, Telemetry & Radar Acquisition Processing Systems (TRAPS), and mission critical labs and support offices. The B4800 complex also houses the Centers leadership and the largest percentage of DFRC's workforce. The complex is comprised of three (3) buildings: B4800, B4801, and B4802. Building B4800 is at the center of the complex and has undergone eleven (11) major renovations. Buildings B4801 and B4802 are essentially active aircraft hangars attached to the East and West sides of building B4800. The mechanical systems of all three (3) buildings are interconnected, and therefore function as only one (1) building from a mechanical systems standpoint.However, from an architectural standpoint, the three (3) buildings can be individually identified. Space volumes, roof configurations, and general conditions are quite different between the buildings. While building B4800 has an array of flat roofs at different elevations, building B4802 to the West of B4800, is basically an active aircraft hangar with a standing seam metal roof in good condition, and building B4801 to the East of building B4800, is also an active aircraft hangar with a mezzanine, some support offices, storage areas, and a parabolic roof currently under repair. The general scope of the project is as follows: 1) Replace existing twin 400 ton chillers in Fanhouse 1A with a high efficiency oil-free magnetic bearing centrifugal chiller. The all variable speed central plant will be fully optimized using the Kiltech Central Plant Energy Control System (CPECS), or approved equal, selected platform to be fully integrated into a Siemens Building Controls System. Chilled water service shall not be interrupted during construction. A temporary Heating, Ventilation, and Air Conditioning (HVAC) service plan shall be submitted for the Government's prior approval. 2) Install automated chemical water treatment system. 3) Install new chilled water pump system for Fanhouse 1A. 4) Upgrade the existing Siemens equipment controls in buildings B4800, B4801, and B4802. 5) Replace pneumatic operated ventilation air dampers for Fanhouses 1, 2, 3, 8A, and 8B. 6) Upgrade Fanhouse 1A cooling tower fan motors. 7) Replace the existing Fanhouse 1A cooling tower condenser water pumps. 8) Demolish the existing chilled water system in Fanhouse 6. 9) Replace Fanhouse 7A multi-deck Air Handling Unit (AHU) which services the Blue and Gold rooms of the Mission Control Complex (MCC). Chilled water service shall not be interrupted at any time during construction. A temporary HVAC service plan shall be submitted for the Government's prior approval. 10) Replace Direct Expansion (DX) unit serving Lab 2404 and incorporate it into the chilled water system. 11) Replace 5 ton DX unit serving Room 3302 and incorporate it into the chilled water system. 12) Replace 25 ton DX unit serving the old Long Range Optics (LRO) area and incorporate it into the chilled water system. 13) Replace HVAC system serving the 4801 mezzanine conference room area with 6 zones, new Variable Air Volume (VAV) with hot water reheat, and new Direct Digital Control (DDC) controls. 14) Provide new 3 capped chilled water supply and return stub with valving for future expansion. 15) Replace 6 ton (AHU) serving Room 3303. 16) Provide refrigerant monitoring system for Fanhouse 1A. 17) Provide an energy management system for the central plant. 18) Replace the HVAC system serving the video teleconference room in building B4801. 19) Replace HVAC system (7a AHU 2) and install new VAVs and DDC controls. Other procurement information: Order of Magnitude for the acquisition is between $5,000,000 and $10,000,000. Duration of project is approximately 500 calendar days after NoticeTo-Proceed (NTP). North American Industrial Classification System (NAICS) Code applicable to this acquisition is 238220 with a small business size standard of $14.0 Million dollars in average annual receipts. Under Federal Acquisition Regulation (FAR) guidelines, if this action is set-aside for small business concerns, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested parties shall submit the following information in their capability statements: 1) Business name and address, cage code, DUNS number, size of business (large or small), socioeconomic classification, if applicable, (HUBZone, 8(a) include graduation date, Veteran-Owned, Service Disabled Veteran-Owned Small Business, Woman-Owned) including a copy of the certificate issued by the SBA, average annual revenue for the last three (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); 2) Clear evidence of the firm's current experience (within the last five (5) years) performing work of a similar type, scope, and in remote areas.The experience should be identified by: list of customers, contract numbers, agency issuing the contract, contract type, project titles, dollar values, and points of contact (both contractor and customer) with CURRENT and VERIFIED telephone numbers, email addresses, etc. Indicate if the firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information). Description of items/services provided under the contract. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal contractor, provide a description of construction services provided to commercial sources. Include attachments documenting the company's equipment assets, personnel skill levels, and financial resources that demonstrate the company's responsibility and capability to perform the required work; 4) A affirmative statement of intention to submit an offer for the solicitation (if issued) as a prime contractor; 5) Statement of bonding capacity (the project will require 100% performance and payment bonds on the final amount of the project awarded); 6) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics; 7) Has your firm, or any firm that you would potentially joint venture or team with, ever bid on a Federal acquisition and had been determined non-responsible by the contracting officer or has the U.S. Small Business Administration (SBA) ever failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration? If so, please provide the specifics. Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database, as required by FAR 4.1102, and of the submission of Annual Representations and Certifications as required by FAR 4.1201. (See 'https://acquisition.gov ' for on-line registration). Interested parties are encouraged to respond to this sources sought synopsis not later than 21DEC12. Please email your response and any relevant information regarding capabilities, specific performance or other qualifications to: Jim Hillman, Contracting Officer at 'james.m.hillman@nasa.gov'.The email should reference 'Repair Mission Control Infrastructures (RMCI), Reference Number 4200458538. For your information our mailing address is NASA-Dryden Flight Research Center, P.O. Box 273, MS: 1422/JMH, Reference 4200458538, Edwards, CA 93523. DO NOT SEND GENERIC HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm in the event that a follow-up by this office or the procuring contracting officer is necessary. If you have responded to any previous email messages or had other communications with our office regarding preliminary market research for this construction project, please be advise that it will be necessary for you to respond to this sources sought request and the items contained herein. As stated in the first paragraph, THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the property of the Government and will not be returned. There is no guarantee, expressed or implied, that the market research for this acquisition will result in a set-aside, either competitive or sole source, or of any guarantee of award or particular acquisition strategy. 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. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Jim Hillman no later than 21DEC12.Please reference 4200458538. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/4200458538/listing.html)
 
Record
SN02938939-W 20121201/121129234200-34b8526d7e8cd37ad0c5dd0eab0874be (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.