Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOURCES SOUGHT

Z -- SOURCES SOUGHT FOR THE REHABILITATION OF ROOFING SYSTEM AT JOHNSON SPACE CENTER (JSC), ELLINGTON FIELD AND SONNY CARTER TRAINING FACILITY

Notice Date
7/13/2006
 
Notice Type
Sources Sought
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ06ZBJ305L
 
Response Due
7/21/2006
 
Archive Date
7/13/2007
 
Description
This is a sources sought synopsis. NASA/JSC is seeking capabilities information from certified 8(a), HubZone and Service Disabled Veteran Owned Small Business (SDVOSB) concerns within a five (5) state region consisting of Texas, New Mexico, Oklahoma, Louisiana and Arkansas for the "Repair and Rehabilitation of Roofing Systems at the Johnson Space Center (JSC), Ellington Field, and Sonny Carter Training Facility. The purpose is to determine the appropriate level of competition in accordance with FAR 19.10 Small Business Competitiveness Demonstration Program. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement as an 8(a), HubZone, or SDVOSB set-aside. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. It is anticipated NASA/JSC will issue a solicitation for Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Repair and Rehabilitation of Roofing Systems at the Johnson Space Center (JSC), Ellington Field, and Sonny Carter Training Facility. The NAICS Code for the proposed acquisition is 238160 and the small business size standard is $13 Million. The minimum award value is anticipated to be $5,000 and the maximum Not to Exceed (NTE) value $35,000,000 over a five year period of performance A sample Delivery Order may be used for selection purposes. It is anticipated that the sample Delivery Order will be for "Replacement of Roofing Systems for Buildings 9 and 10 at the Johnson Space Center". The order of magnitude for this Delivery Order is $1,000,000 to $5,000,000. Certified 8(a), HUBZone and SDVOSB Roofing Companies capable of performing as prime contractors that meet the requirements of this synopsis are encouraged to submit capability statements in no more than ten (10) pages. Capability statements must include the following information: - Name and address of firm, size of business - Average annual revenue for past 3 years - Number of employees - Ownership - Indicate company status as either Certified 8(a), HUBZone, or SDVOSB - Number of years in business - Affiliate information: parent company, joint venture partners, potential teaming partners, etc... In addition capability statements must address the following: 1) Capability statements should demonstrate proven design and build roofing experience by identifying past projects with emphasis on work performed on a Federal installation and include three (3) references. These references must highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, a point of contact - address and phone numbers; 2) Ability to meet the 25% requirement for 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 three (3) projects with emphasis on work performed on a Federal installation where the potential offeror has performed 25% or greater of the effort for similar projects of this magnitude ($1,000,000 - $5,000,000). The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R., 121.103(h)(4)(2005); NOTE: Projects that satisfy the requirements of items 1 and 2 of the synopsis only need to be submitted once. 3) Knowledge of and experience with Government construction regulations and OSHA safety standards. (Government Safety and Health Plans) 4) Ability to meet a $7M Bonding Capacity 5) Experience with modified built up roofing systems 6) It is desirable that companies are familiar with Leadership in Energy & Environmental Design (LEED) concepts; Companies should demonstrate an understanding of Energy Star ratings and the appropriate documentation necessary to ensure that installed roofing systems meet U.S. Green Building Council LEED requirements. Companies should include any involvement on projects that required Energy Star Roofing Systems. The lack of experience with LEED does not exclude companies from responding to this sources sought. NASA/JSC is interested in responses from those companies that are willing to invest and develop their expertise in LEED capabilities; 7) Identify any OSHA violations within the last 3 years, specifically injury or death related. Also provide disposition of any OSHA violations 8) Ability to comply with JSC Total Safety and Health Handbook located at http://procurement.jsc.nasa.gov/safety/Index.html It is the potential offerors responsibility to review the entire content of the JSC Safety and Health requirements. The following general information is offered to provide an idea of the JSC Safety and Health requirements. Potential offerors should understand that if selected for award of a JSC contract, they will be responsible for performing tasks to ensure the protection of personnel, property, equipment, and the environment in contractor products and activities generated in support of institutional and space flight program objectives. In addition, to ensure compliance with pertinent NASA policies and requirements and federal, state, and local regulations for safety, health, environmental protection, and fire protection, the contractor will be required to develop and implement a safety and health program in accordance with a NASA-approved safety and health plan. The contractor will implement system safety engineering tasks for flight and institutional program activities and products in accordance with the schedule and applicable flight and institutional requirements as documented in the contractor?s System Safety Program Plans (SSPPs) which must be approved by NASA. The contractor shall develop and implement risk management techniques (including risk assessment) to be applied to hazards derived from analyses of activities and products for the purpose of eliminating or controlling hazards as specified in NASA policies and requirements for hazard reduction. The JSC Safety and Health Handbook provides detailed requirements and instructions regarding safety and health procedures and policies at JSC and is incorporated by reference into all JSC contracts when performance is on site at a JSC facility. RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation and references as requested. All responses shall be submitted to Eric Lewis no later than 2:00 p.m. Central Time on July 21, 2006. Please reference NNJ06ZBJ305L in any response. Responses should be addressed to NASA Johnson Space Center, Attn: Eric Lewis, Mail Code BJ3, 2101 NASA Parkway, Houston Texas 77058. This sources sought 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 requested. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider an 8(a), HUBZone or SDVOSB set-aside based on responses hereto. All 8(a), HubZone or SDVOSB firms will need to be certified at the time of proposal submission if the procurement is set-side. All questions related to this sources sought should be directed to the identified point of contact. Any referenced notes may be viewed at the following URLs linked below.
 
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#120205)
 
Record
SN01088709-W 20060715/060713221743 (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  © 1994-2020, Loren Data Corp.