Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2004 FBO #0928
SOURCES SOUGHT

Z -- SOURCES-SOUGHT-SYNOPSIS-NEW-CRYOGENIC-SHROUD-DESIGN-BUILD

Notice Date
6/9/2004
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-NEW-CRYOGENIC-SHROUD-DESIGN-BUILD
 
Response Due
7/8/2004
 
Archive Date
6/9/2005
 
Point of Contact
Erick N. Lupson, Contracting Officer, Phone (216) 433-6538, Fax (216) 433-5489, Email Erick.N.Lupson@grc.nasa.gov
 
E-Mail Address
Email your questions to Erick N. Lupson
(Erick.N.Lupson@grc.nasa.gov)
 
Description
NASA Glenn Research Center is seeking qualified Small Businesses and Small Disadvantaged Business, which also includes those that are Women-Owned, HUBZone, and 8(a) firms capable of Construction and Design (Design-Build). The intended work is performing Design/Fabrication/ Installation/Commission of a new cryogenic shroud system for installation in the Space Power Facility (SPF) at NASA Plum Brook Station, Sandusky. The North American Industry Classification System Code (NAICS) for this procurement is 237990 and $28.5 million respectively. NO SOLICITATION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Responding firms shall address capabilities and past experience related to: 1) Design and technical experience with cryogenic liquid nitrogen and helium thermal shroud systems capable of reaching 37?K; 2) Design and technical experience with helium and nitrogen refrigeration systems; 3) Thermal modeling expertise for removal of heat loads; 4) Design and technical experience in vibration minimization and isolation of the shroud system; 5) Design and technical experience in determining leak detection rates of the shroud system; 6) Design and technical experience in operating these systems under high vacuum conditions; 7) Design and technical experience with Class 10,000 Clean Rooms. The Contractor shall be capable of generating AutoCAD design drawings/sketches and shall address how responsive services can be provided in relation to their home office location. In order to ascertain the method of procurement for the construction design-build services outlined above, qualified Small Businesses, Small Disadvantaged, HUBZone, Women-Owned Small Business, and 8(a) firms are invited to submit a ?CAPABILITY STATEMENT? addressing the above mentioned requirements, to the NASA Glenn Research Center. Information to be provided SHALL also include, but not limited to, name and address of firm, size of business; average annual revenue for the past 3 years and number of employees; ownership, whether they are Small, Small Disadvantaged, 8(a), HUBZone, and/or Woman-Owned; number of years in business; affiliate information; parent company; joint venture partners; potential teaming partners; prime contractor (if you are interested as a potential subcontractor); list of customers covering the past 3 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and points of contact- addresses and phone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 5 PAGES IN LENGHTH AND ADDRESS THE REQUIREMENTS LISTED ABOVE. Technical and procurement related questions shall be directed to: Lupson, Erick N., 21000 Brookpark Road, Mail Stop 500-312, Cleveland, Ohio 44135. Capability Statements SHALL be submitted no later than JULY 08, 2004. 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. In responding, please reference NEW CRYOGENIC SHROUD/DESIGN BUILD.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#110778)
 
Record
SN00601300-W 20040611/040609212658 (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.