Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
SOURCES SOUGHT

Z -- REPAIR RESEARCH AIRCRAFT INTEGRATION FACILITY MECHANICAL SYSTEMS

Notice Date
11/3/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND16568486E
 
Response Due
11/17/2015
 
Archive Date
11/3/2016
 
Point of Contact
Jenny Y Staggs, Contracts Specialist, Phone 661-276-7029, Fax 661-276-2243, Email jenny.y.staggs@nasa.gov - Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
 
E-Mail Address
Jenny Y Staggs
(jenny.y.staggs@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/AFRC is hereby soliciting information about potential sources for performing repair services for the mechanical systems to Research Aircraft Integration Facility (RAIF) at NASA Armstrong Flight Research Center (AFRC) located on Edwards Air Force Base, Edwards, CA. This project consists of a combination of architectural, structural, mechanical, electrical and fire protection engineering efforts. The architectural scope includes removal of the existing mechanical equipment and installation of new variable air volume (VAV) boxes and coordination of the placement of a new one hour rated wall assembly, a new pair of 3' x 7' hallow metal doors, frame and hardware for the reconfiguration of the existing boiler room to incorporate new mechanical equipment. The structural scope includes design of new roof curbs to accommodate new air handling units (AHU) and new concrete housekeeping pad for new boilers. The mechanical scope includes upgrade of the existing Siemens equipment controls from pneumatic operation to direct digital control and upgrade of heating hot water system. This engineering effort also consist of central plant configuration. The electrical scope includes providing power and conduit as necessary to support new Siemens' building automation system, metering and graphical display, and providing power to new VAV units for control power and gas boiler pumps, chiller condenser, cold water pumps, water cooling tower pumps, fanwalls, and AUHs. The fire protection scope includes providing drawings and specifications to temporarily remove fire alarm system and fire sprinkler system on as needed basis. It also require the contractor to provide notes to relocate and add fire alarm devices and sprinklers for fire protection for the renovated areas. The NASA AFRC 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 for the repair of the mechanical system effort at the RAIF. 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. 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. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, 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). 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Jenny Staggs at jenny.y.staggs@nasa.gov no later than November 17, 2015. Please reference the solicitation number in any response. 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/NND16568486E/listing.html)
 
Record
SN03937054-W 20151105/151103234616-300549c47a7debd780dbb0b43e47da26 (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.