Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2012 FBO #4032
SOURCES SOUGHT

56 -- INSTALL ELEVATOR - VAB TOWER F IN THE VERTICAL ASSEMBLY BUILDING

Notice Date
12/6/2012
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK13GLANOWSKI
 
Response Due
12/16/2012
 
Archive Date
12/6/2013
 
Point of Contact
Robert J Glanowski, Contract Specialist, Phone 321-867-7345, Fax 321-867-1166, Email robert.glanowski@nasa.gov - Sherry L. Gasaway, Lead Contract Specialist, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov
 
E-Mail Address
Robert J Glanowski
(robert.glanowski@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Install Elevator, VAB Tower F, in the Vertical Assembly Building (VAB), at Kennedy Space Center Industrial Area Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Vertical Assembly Building (VAB) - Install Elevator, VAB Tower F, KSC Industrial Area INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for the project titled Install Elevator, VAB Tower F in the Vertical Assembly Building (VAB) at Kennedy Space Center, Florida 32899. Small business vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation and references. The NAICS code for this effort is 238290, titled Other Building Equipment Contractors, and the small business size standard is $14.0 million.The estimated price range of this project is between $1,000,000 and $5,000,000. SCOPE OF WORK The work to be performed under this project consists of installing a new freight elevator in high rise Tower F of the Vertical Assembly Building (VAB) at Kennedy Space Center. Also included is the replacement of the adjacent existing Tower F elevator control system and integration of operations with the new elevator. Specifically this project consists of: 1.) Providing detailed system engineering and shop drawings including, but not limited to: structural modifications, installation details for control and elevator equipment, control system diagrams, wiring and interconnection drawings, product data, equipment schedules, sequence of operations, annotated software logic, arrangement diagrams and details, work plans, operations and maintenance information, training programs, record as-built documentation, engineering calculations, and other construction transmittals as required by the contract documents. These documents will be approved by the Government, prior to start of work. 2.) Existing system demolition and rework. Working around operational critical facility equipment with minimal impact and system downtimes. 3.) Design, demolition, and modification of existing facility structural, power, lighting, grounding, fire alarm, and communication systems to support the elevator installation. 4.) Environmental and safety work including working at heights, worker protection, hazardous material avoidance or abatement, waste segregation, and waste disposal. 5.) Factory design, fabrication, installation, and testing of customized elevator equipment with the following characteristics: (a)Live load of 8000 lbs. (b)Nominal speed of 700 feet per minute (c)34 front stops and 14 rear stops (d)Rise of approximately 419 feet and 9 inches. (e)Front and rear doors doors shall be two speed type (f)A dupline network shall be utilized for calling elevators to various floors. (g)Monitoring and control equipment installation including computer hardware, computer software, programmable automation controllers,electrical power and control wiring construction, control panel fabrication, engineering shop drawing preparation, control sequence development, custom software development, human-machine interface development, test procedure development, user training, and performance certification elements. (h)Specialized control work to integrate into KSCs remote monitoring system. 6.) Existing elevator control system demolition with selective re-utilization of existing equipment and wiring. Replacement of the existing Tower F elevator control system and the integration of the existing elevator operation with the new elevator. Construction phasing of control system replacement along with all essential components must be completed sequentially in a pre-planned sequence to outages. 7.) Field modifications to the existing elevator shafts to support the new elevator and existing elevator revisions. 8.) Electrical installation and routing of conduit, connectors, control cabinets, junction boxes, and wiring systems. 9.) Modification of an existing Simplex 4100 fire alarm system hardware and software to provide required elevator system fire detection, control, and remote monitoring functions. 10.) Development of training program and materials and the presentation of training material to maintenance personnel at KSC. 11.) Elevator testing and commissioning including full field acceptance testing. CAPABILITY STATEMENTS It is requested that interested small business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above. The capability package shall be no more than five (5) pages in length and printed in not smaller than 12 point type. The capabilities statement will consist of a: 1 page cover sheet referencing Source Sought Notice NNK13Glanowski, Capabilities Statement Install Elevator, VAB Tower F in the Vertical Assembly Building (VAB) at Kennedy Space Center, Florida 32899. And; 4 pages discussing: 1.) Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). 2.) Business size and number of employees. Specifically state whether your firm is a large or small business in NAICS Code 238290. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3.) Financial Capability Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, and the firms average annual revenue for the past 3 years. 4.) Experience Provide the number of years in business and listing of relevant work performed in the previous 5 years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: (a) Experience in manufacturing and installing specialized elevator and associated complex control systems for high rise facilities including the system design, factory shop design, factory fabrication, factory testing, field installation, and field testing work as detailed in the SCOPE OF WORK described above. (b) Experience in retrofitting elevator and associated control systems in high rise facilities including the system design, factory shop design, shop fabrication, factory testing, field installation, and field testing work as detailed in the SCOPE OF WORK described above. (c) Experience working on high rise facility elevators in and around other building systems at an active, secure facility in government, industrial, or manufacturing settings. Capability packages must be submitted electronically, via e-mail, to Robert Glanowski, NASA Contract Specialist, at the following address: robert.glanowski@nasa.gov on or before (10 working days) 12/16/12. NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it 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 this Notice, nor will the Government reimburse an offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Website, FedBizOpps, (https://www.fbo.gov/) and on the NASA Acquisition Internet Services, NAIS, (http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi). Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis. Failure to respond to this notice does not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK13GLANOWSKI/listing.html)
 
Record
SN02943992-W 20121208/121206234656-b947b0705625fb4037bb5c2a49b5b94a (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.