SOURCES SOUGHT
Y -- Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4.
- Notice Date
- 12/9/2020 8:25:49 AM
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
- ZIP Code
- 32899
- Solicitation Number
- 80KSC21ZCS001L
- Response Due
- 12/24/2020 1:30:00 PM
- Archive Date
- 01/08/2021
- Point of Contact
- Anthony M. Caruvana, Phone: 3218673464, Fax: 3218671141, C. M. Julius Williams, Phone: 3218612661, Fax: 3218671141
- E-Mail Address
-
anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov
(anthony.m.caruvana@nasa.gov, christopher.m.williams@nasa.gov)
- Description
- SOURCES SOUGHT NOTICE for�Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4.� Project Control Number (PCN): 98966.4 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 Business, Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4,�Project Control Number (PCN): 98966.4 at Kennedy Space Center, Florida 32899. The Government reserves the right to consider a Small Business, Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SD-VOSB), or Historically Underutilized Business Zone (HUBZone) business set-aside based on the responses hereto.� The North American Industry Classification System (NAICS) code for this procurement is 237130, Power and Communication Line and Related Structures Construction with a small business size standard of $39.5 million.� Estimated solicitation release date for this requirement is February 2021, with a project period of performance of approximately 730 calendar days.� Estimated award amount is anticipated to be between $1,000,000 and $5,000,000. SCOPE OF WORK Replacement of 5 (five) existing 15KV Load Break Switches (LBS-736, VFI-777, LBS-735, LBS-46 and LBS-36) located at various locations in KSC with brand new 15KV Vacuum Fault Interrupters. The replacement of existing Operations Support Building 1 (OSB1) (Building K6-1096) substations �SS-1127A/B� and �1128A/B�. Both substations, are indoor double-ended M-T-M configuration supplied by four (4) 1500 KVA pad mounted transformers. The original building substations are approximately 29 years old and are obsolete. The two (2) new substations will be customized as a M-T-M configuration and will be customized to match the dimensions of the existing layout. The new substations will share a separate control panel that will have PLC controls integrated in.�� Where used below, �removal� means selective demolition and potential storage of items removed, �replacement� means installation of new components/systems, and �reinstallation� means reuse of existing equipment removed in a new configuration.� The work includes, but is not limited to, the following: Removal of existing electrical equipment and installation of new substation switchgears, associated transformers, Load Break Switches (LBS), and Vacuum Fault Interrupters (VFI) including installation of PLCs at locations in the new substations, installation of equipment racks at locations in the substations, installation of control and power wiring, installation of sensing devices, connection to PLCs for the circuit, and LBSs, and VFIs. Existing equipment, components, assemblies, etc., that must be removed and replaced/reinstalled are known to have coatings containing or are partially comprised of asbestos, heavy metals, and/or PCBs. Abatement procedures will be required for certain construction activities. This project includes working in a fully operational facility that cannot have any significant duration of downtime due to launch and launch vehicle processing schedules. The facilities and buildings must remain operational. Phasing of work around daily operations of the OSB1 and other facilities is critical to the success of the project. Daily coordination with operations personnel for outages and work in different areas will be required to keep the OSB-1 and other facilities operational and perform the work specified. CAPABILITY STATEMENT It is requested that interested 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 ten (10) pages in length and printed in not smaller than Times New Roman 12 point type. The capabilities statement will consist of: A 1-page cover sheet referencing �Source Sought Notice 80KSC21ZCS001L, Capabilities Statement � Safety and Reliability Upgrade, KSC Institutional Power Systems, Phase 4.� Project Control Number (PCN): 98966.4�. And; The remaining nine (9) pages discussing the following: Company Name, DUNS Number, Address, Description of Principal Business Activity, and Primary Point of Contact (E-mail address and phone number). Business size and number of employees. Specifically state whether your firm is a large or small business under NAICS Code 237130. Description of principal business activity; number of employees; and specifically identify if you are a Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). Financial Capability � Provide bonding capacity of your firm. Experience � Provide the number of years in business and listing of relevant work performed in the previous five (5) years. For each example of relevant experience, identify whether it is a contract as a prime contractor, task order within a larger contract as prime contractor, or as a subcontractor to a prime contractor. For each example of relevant experience, identify the start date, completion date (or ongoing), and the contract, task order, or subcontract dollar value, as applicable. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: � � � � � � � � �a.� The contractor shall have demonstrated utility and power system construction experience with the procurement,� � � � � � � � � � � � � � � � �installation, activation, testing, and documentation of 15KV Load Break Switches/Vacuum Fault Interrupters and� � � � � � � � � � � � � � � � 13.8KV/480V class electrical substations. � � � � � � � � �b.��The contractor shall have demonstrated experience with power system analysis (short circuit studies, protective� � � � � � � � � � � � � � � � device coordination studies) and electrical hazard (arc-flash) analysis as described above in the Scope of Work.� � � � � � � � � � � � � � � � Contractor shall have demonstrated experience implementing, validating, testing, and documenting protective relay� � � � � � � � � � � � � settings, instrument and control schemes, and networking of components for remote monitoring and control. � � � � � � � � c.��The contractor shall have demonstrated experience with power system electrical hazard analysis, detailed job hazard analysis, and the wearing of arc-flash and shock prevention personnel protective equipment while working in the vicinity of energized equipment with energized insulated cables or un-insulated components present. � � � � � � � � d.��Experience with coordinating with other contractors performing other ongoing projects in the same facility or work areas. � � � � � � � �e.��Experience with performance of projects in which they had a safe and successful project with an operational facility where operations have to continue uninterrupted thru the duration of the project. � � � � � � � �f.��Experience with electrical system modifications inside of an operational facility and coordination with plant operators to schedule the work so it does not impact operations. � � � � � � � �g.��Experience with selective demolition of large electrical equipment, control system instrumentation, and structural members. � � � � � � � �h.��Experience with operating and installating generators greater than 500KW to temporarily power up an existing facility. � � � � � � � �i.��Experience with preparation of computer generated engineering shop drawings and as-built documentation including control panel assembly drawings, end-to-end wiring diagrams, network diagrams, and control system diagrams, programmable logic controller (PLC) programs with comments and operations and maintenance (O&M) manuals. � � � � � � � �j.��Projects involving the need to plan, manage, and execute high quality work to meet critical schedule milestones/requirements.� � � � � � � � k.��Remaining pages can be used to further elaborate on experience. Capability packages must be submitted electronically, via e-mail, to Anthony Caruvana, NASA Contracting Officer, at the following email address: anthony.m.caruvana@nasa.gov on or before December 24, 2020.� NASA/KSC will review all responses.� 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 Beta.Sam.Gov Website. �It is the potential offeror�s responsibility to monitor this site 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. NOTE: �If a solicitation is issued, it is anticipated that Specifications and Drawings for this project will have an Export Determination of EAR 99 � EAR Controlled � ITAR Controlled - and will be considered controlled documents. Therefore, download of documents won�t be permitted until requesters have been cleared through the Defense Logistics Agency (DLA). Please begin DLA registration immediately since clearance could take a couple of weeks. All contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) by completing a DD Form 2345.� To complete the DD Form 2345, go to the website at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx.� This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by DLA they can verify if their status is still active by utilizing their cage code at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by DLA.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5c67d94c00ed4a288f15089bab775374/view)
- Place of Performance
- Address: Orlando, FL 32899, USA
- Zip Code: 32899
- Country: USA
- Zip Code: 32899
- Record
- SN05870501-F 20201211/201209230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |