Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOURCES SOUGHT

C -- ELECTRICAL SYSTEMS FOR FACILITIES AND GROUND SUPPORT AT THE KENNEDY SPACECENTER FLORIDA

Notice Date
12/22/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16SLW01
 
Response Due
1/15/2016
 
Archive Date
12/22/2016
 
Point of Contact
Sharon L. White, Contracting Officer, Phone 321-867-7230, Fax 321-867-1166, Email Sharon.White-1@ksc.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
Sharon L. White
(Sharon.White-1@ksc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged Businesses (SDB), 8(a), Woman-owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Businesses (EDWOSB), Veteran Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SDVOSB), 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 design and other professional services necessary to rehabilitate, modernize, and/or develop new electrical systems for facilities and ground support systems (GSS) at KSC, Florida; Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California. The Government reserves the right to consider a Small, 8(a), WOSB, EDWOSB, SDVOSB, or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this effort is 541330, Engineering Services, and the small business size standard is $15 million. KSC is contemplating awarding two indefinite-delivery indefinite-quantity contracts with five year ordering periods valued at approximately $20 million. SCOPE OF WORK These contracts will involve essential and substantial effort in electrical systems for facilities and GSS. The professional services required will include, but not be limited to, conducting field investigations and surveys, preparing engineering reports with recommended actions, preparing trade studies, environmental permitting support, cost estimating, preparing final design drawings and specifications suitable for competitive bidding of fixed price construction contracts, and providing construction site inspection and engineering support during construction. Project work includes, but not limited to, power substations, power generation facilities, institutional facilities, offices, electronics and chemistry laboratories, clean-rooms, test and integration sites, launch support facilities, infrastructure upgrades, underground and overhead utilities, and information technology/computer work areas. Firms having the capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation, and references. CAPABILITY STATEMENTS It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities package demonstrating ability to perform the services listed above. The capability package shall be no more than four (4) pages in length and printed in not smaller than 12 point type. The capability package shall reference this Sources Sought Synopsis and be titled: NNK16SLW01 Electrical design and other professional services necessary to rehabilitate, modernize, and/or develop new electrical systems for NASA facilities and ground support systems at the Kennedy Space Center (KSC), Florida; Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California. The capability package shall include, as a minimum, the following: 1.Company name, DUNS number; address, and a primary point of contact (E-mail address and phone number). 2.Specifically state whether your firm is a large or small business in NAICS Code 541330. Provide a 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, a woman owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3.Company profile including: annual revenue history demonstrating financial stability, office location(s), a staffing plan demonstrating the ability to retain existing staff and hire/acquire qualified personnel, and a demonstration of the firm's ability to provide continuity of operations at the beginning and the end of a contract. 4.Provide the number of years in business and a summary of prior and current relevant experience within the last five (5) years. Relevant work for the purposes of this Notice is defined as, but not limited to, the following: Specialized experience in electrical engineering analysis and design of ordinary and complex electrical systems and equipment: Low voltage power distribution and associated equipment, medium voltage power distribution and associated equipment, high voltage power distribution and associated equipment, emergency power generation and automatic/manual transfer scheme(s) and associated equipment, data/control centers and associated equipment (e.g., uninterruptible power supply), renewable energy technologies (e.g. photo voltaic and wind systems), lighting systems, surge suppression, lightning protection, fire alarm and detection systems, electronic security systems, electrical control systems (e.g., elevators, doors, gates, cranes, lighting), heating ventilation and air conditioning controls design experience, and centralized networking and monitoring control systems. Specialized experience developing electrical power system analysis (short circuit, coordination, load flow, motor starting), and arc-flash hazard and electrical safety/hazard analysis using specialized electrical engineering analysis software. Specialized experience in producing sustainable, energy efficient, environmentally friendly designs that enable new construction or major renovation projects to be certified under the guidelines of the Leadership in Energy and Environmental Design Green Building Rating System. Specialized experience in producing design packages in Computer-Aided Design and Computer-Aided Engineering software and development of project specifications utilizing SpecsIntact. Specialized experience in different project phases: Planning and feasibility studies, Preliminary Engineering Reports, Final Design, Environmental Permitting, Construction, and Activation/ Commissioning. Specialized experience performing alternative studies: Including cost-benefit analysis and life cycle costing; study or report compilation; parametric cost estimating; detailed take-off cost estimating and subsequent estimating performance against bids received. Capability packages must be submitted electronically, via e-mail, to Sharon White, NASA Contracting Officer, at the following email address: Sharon.L.White.nasa.gov on or before January 15, 2016. 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. 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. 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. 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/ ). Interested firms are responsible for monitoring this site for the release of any solicitation or synopsis. Failure to respond to this notice will not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA. Telephone calls will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16SLW01/listing.html)
 
Record
SN03976638-W 20151224/151222234922-8593efe7a2459e7e5446a1411eb66709 (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.