Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2003 FBO #0697
SOLICITATION NOTICE

Y -- REHABILITATE AND UPGRADE CHILLER AND BOILER SYSTEMS, BUILDING 24, PHASES I AND II

Notice Date
10/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ-BJ3-JAS-4-001P
 
Response Due
11/24/2003
 
Archive Date
10/23/2004
 
Point of Contact
Cody L. Corley, Contract Specialist, Phone (281) 483-3147, Fax (281) 483-9741, Email cody.corley-1@nasa.gov - Delene R. Sedillo, Contracting Officer, Phone (281) 483-9730, Fax (281) 483-9741, Email delene.r.sedillo@nasa.gov
 
E-Mail Address
Email your questions to Cody L. Corley
(cody.corley-1@nasa.gov)
 
Description
This is a Request for Information (RFI) only. NASA/JSC is seeking capabilities information from certified 8(a) or HubZone small business concerns for the purpose of determining the appropriate level of competition in accordance with FAR 19.10, Small Business Competitiveness Demonstration Program. A determination will be made regarding full and open competition or whether to set-aside the project as an 8(a) or HubZone set-aside. NASA/JSC plans to issue a solicitation for the Rehabilitation and Upgrade of the Chiller and Boiler Systems at Johnson Space Center, Building 24 (Phases I and II). The NAICS Code for the proposed acquisition is 238220 and the small business size standard is $12 Million. The 1997 NAICS Code corresponding to 238220 was 235110. The order of magnitude for the procurement is between $5,000,000 and $10,000,000 for Phase I and II combined. Phase I will include replacing existing chillers CH-1 and CH-3 with new steam turbine drive centrifugal chillers CH-1 and CH-3. Each chiller shall have a rated capacity of 2,000 tons. Only one chiller shall be removed from service at a time. The new chiller shall be operational before the second chiller is removed from service. Phase II will include the removal and replacement of boiler B-5, with a new 60,000 lb/hr, 400 psig, 600 degrees F boiler and the removal and replacement of the existing 15kV air switches with new 5kV SF6 switches at the transformers. The contractor will also provide a sidestream chilled water filtration system. The facilities in Building 24 are critical for JSC Operations. The facility provides cooling and heating to all buildings in the Mall Area, including the Astronaut Training Facilities, Mission Control, and several key administration buildings. Cooling is provided for comfort as well as for computer loads. Loss of cooling will result in a loss of data, interruption of training activities, and personnel discomfort. Prolonged loss will result in a closure of Center activities. It is imperative that the facility remain operational without interruption of services during construction. RESPONSES DUE: Interested parties shall submit the following information via fax, email, or letter on company letterhead: 1) Company Name, address, point of contact, phone number, and email; 2) Type of small business (small, SDB, women-owned, date certified as 8(a), Federal HubZone certification date, etc.); 3) Statement of capability per requirements identified in this synopsis not to exceed 5 pages. Responses are due no later than 4:00 p.m. CST on November 24, 2003 and should reference SOLICITATION NUMBER NNJ-BJ3-JAS-4-001P. Mailing address is: NASA/Johnson Space Center, Attn: Cody Corley Mail Code: BJ3, 2101 NASA Parkway, Houston, Texas 77058. Capability statements should identify past projects with emphasis for work performed on a Federal installation and include references as applicable, including accurate phone numbers. Address the following: 1) Knowledge of and experience with government construction regulations and OSHA safety standards(Government Safety and Health Plans); 2) Ability to meet Bonding Capacity for individual contracts and aggregate on the upper end of the $1,000,000 to $5,000,000 range and the upper end of the $5,000,000 to $10,000,000 range ; 3) Experience with replacing comparable equipment and type to those at JSC; 4) Experience with the technology of steam turbine driven chillers and the controls required to operate them; 5) Experience in replacement of central chiller systems and ancillary support systems serving a campus-like setting; 6) Experience with working on an on-line central plant which serves a critical population (if company has done this before, state how much of total contract value was subcontracted and how much was completed by the prime contractor, not including the cost of materials); 7) Experience with using Critical Path Method (CPM) Scheduling; 8) Ability to meet the 25% requirement of work to be performed by the prime contractor, not including the cost of materials, with its own employees as set forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of projects where you have performed 25% or greater of the effort for similar systems of this magnitude; 10) Ability to comply with the JSC Total Safety and Health Handbook located at http://www.jsc.nasa.gov/da/da5/Handbook/Ver2/default.htm ; and 11) Identify any OSHA violations within the last 3 years, specifically injury or death related. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the review. Please note that the official Request for Offer (RFO) may not be released until early 2004 and proposals may not be due until late April 2004. Therefore, all 8(a) or HubZone firms will need to be certified at the time of proposal submission if the procurement is set-aside. Any questions regarding this announcement should be directed to the identified point of contact. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked below. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#107827)
 
Record
SN00458896-W 20031025/031023213433 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.