Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOURCES SOUGHT

Z -- Upgrade Liquid Hydrogen (LH2) System, Launch Complex 39B

Notice Date
1/25/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
NNK18ZES001L
 
Archive Date
2/23/2018
 
Point of Contact
Tyrone J. Frey, Phone: 3218679162, Lori Jones, Phone: 3218614657
 
E-Mail Address
tyrone.j.frey@nasa.gov, lori.n.jones@nasa.gov
(tyrone.j.frey@nasa.gov, lori.n.jones@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Upgrade LH2 System, Launch Complex (LC) 39B Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Upgrade Liquid Hydrogen (LH2) System, Launch Complex 39B INTRODUCTION 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 (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 Upgrade Liquid Hydrogen (LH2) System, Launch Complex (LC) 39B at Kennedy Space Center, Florida 32899. 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 for this procurement is 236210 Industrial Building Construction with a size standard of $36.5 million. Estimated award date for this contract is July 2018, with a project period of performance of approximately 1100 calendar days. Estimated award amount is More than $10,000,000. SCOPE OF WORK The work includes but is not limited to the following: This project involves the upgrade of the Launch Complex (LC) 39B liquid hydrogen (LH2) system to increase storage capacity. The upgrade includes the provision and integration into the existing LC 39B LH2 system of a new LH2 storage sphere (minimum 1.25 million usable gallons), associated vaporizers, flare stack and propane system, fill manifold, piping, valves, and controls. The project will include providing new, or modifying existing infrastructure, subsystems, and appurtenances required to support the upgraded system. These include, but are not limited to, modifications to the project site to support the new equipment, construction of a new electrical equipment building, modifications to existing power, communications, pneumatics, water, monitoring and control, fire suppression, and fire detection systems. The modifications may also include, as options providing a heat exchanger for a helium refrigeration system inside the LH2 storage sphere, and associated helium refrigeration equipment, new equipment building, utilities, and infrastructure. All equipment will be installed at KSC Facility J7-337 (Launch Pad 39B). This Launch Complex will be engaged in the preparation, processing and launch of the first Space Launch Systems (SLS) vehicle and undergoing other construction modifications concurrent with the performance of this construction project. Close coordination with the Government's team and other contractors will be required. Specifically, this project consists of, but is not limited to: A.Design, fabrication, erection, testing, and certification of a new spherical, vacuum-jacketed dewar capable of storage of a minimum 1.25 million usable gallons of liquid hydrogen (LH2). Insulation in the annular space will be perlite or glass microspheres. The new storage vessel will be equipped with top circular handrail, access platform, and stairs from grade. The inner sphere shall be designated with an ASME Boiler and Pressure Vessel Code (BPVC) Section VIII U-stamp and registered with the national board upon construction completion. An option for the installation of a heat exchanger inside the dewar as part of a helium refrigeration system. B.Installation of a new flare stack. C.Installation of new vaporizers. D.Fabrication and installation of stainless steel and Invar, vacuum-jacketed and non-vacuum-jacketed LH2 piping to interconnect the new LH2 system components, and connect to the existing LH2 system. Piping shall comply with ASME B31.3, Process Piping. E.Installation of new valves for the new LH2 system piping. Valves shall comply with the requirements of ASME B31.3, Process Piping. F.Construction of new pre-fabricated building(s) to house new equipment associated with the upgraded LH2 system. G.Installation of both government-furnished and contractor-furnished electrical equipment, control panels, and cabinets. H.Fabrication and installation of new cabling. I.Fabrication and installation of new pneumatics panels, tubing, and controls. J.Modifications to utility and infrastructure systems, e.g. 60 Hz power, potable water, fire suppression, fire detection, communications, etc. K.Civil and structural work associated with system upgrades. L.Pipe stress/flexibility, heat transfer and fluid flow analyses associated with system upgrades. CAPABILITY STATEMENT 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 statement demonstrating ability to perform the services listed above. The capability package shall be no more than twelve (12) 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 "NNK18ZES001L", Capabilities Statement - "Upgrade Liquid Hydrogen (LH2) System, Launch Complex (LC) 39B". 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 under NAICS Code 236210. 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 firm's average annual revenue for the past three (3) years. 4.Experience - Provide the number of years in business and listing of relevant work performed in the previous seven (7) years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: a.Projects involving the design, fabrication, erection and testing of a minimum 500,000 gallon spherical, vacuum-jacketed, LH2 storage tank with an inner vessel that was ASME BPVC Section VIII U-stamped and registered. b.Projects involving the fabrication, cleaning, testing, and installation of Invar vacuum-jacketed piping satisfying ASME B31.3 for liquid hydrogen systems. c.Projects involving the need to plan, manage, and execute work to meet critical schedule milestones/requirements. Remaining pages can be used to further elaborate on pertinent experience information. Capability packages must be submitted electronically, via e-mail, to Tyrone Frey, NASA Contract Specialist, at the following email address: tyrone.j.frey@nasa.gov on or before February 8, 2018. 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 Notice 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. Respondents will not be notified of the results of the evaluation. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the Federal Business Opportunities Website, FedBizOpps, (https://www.fbo.gov/). It is the potential offeror's responsibility to monitor 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/NNK18ZES001L/listing.html)
 
Place of Performance
Address: John F. Kennedy Space Center, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04800492-W 20180127/180125231823-9aa3c5ae0907a90faa63052e1bebcb91 (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.