Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

Z -- A3 TEST STAND GENERAL CONSTRUCTION IDIQ CONTRACT

Notice Date
10/22/2008
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS09272021R
 
Response Due
1/13/2009
 
Archive Date
10/22/2009
 
Point of Contact
Jason Edge, Contracting Officer, Phone 228-688-2346, Fax 228-688-1141, - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, />
 
E-Mail Address
Jason.Edge@ssc.nasa.gov, james.huk@ssc.nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
The NASA/SSC Office of Procurement plans to issue a Best Value Request for Proposalfor a single award five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract.Specific projects will be defined in each of the subsequently issued delivery orders. Theproject shall consist of providing all labor, equipment, materials, installation, andactivation support for the general mechanical and electrical installation package tosupport J-2X engine testing on the A-3 Test Stand at NASA Stennis Space Center, MS. Thescope of supply for this package requires the contractor to design, furnish, supply,deliver, install, test, clean and check out piping systems, power systems, equipment,foundations and to install Government Furnished Equipment.The elevator for the test stand will be procured and installed under this contract asdetailed in the specification.Upon selection of the elevator system to be installed,interface information from the vendor shall be supplied to the owner such that the ownercan design the interfaces between the tower and elevator. Contractor will have access tobegin installation on the tower starting August 2009.Included in the scope of work are the procurement, delivery, handling, installation andcheck out of the engine lift hoist as detailed in the contract documents. Included inthe hoist system are all foundations, cables, pulleys, hooks, hardware and controls tomake a fully functional hoist system.Concrete slabs for supporting piping systems and concrete piers for pipe supports throughout the facility are included in the scope and detailed in the drawings andspecifications. Two pipe trenches under road ways at the access road and at the LOX areaare included as shown in the contract documents. Concrete work for the alcohol truckunloading station is also included in this scope of work as is the concrete foundationfor the engine hoist.Concrete foundations shall be provided for the Chemical Steam Generator (CSG) units. These two large foundations include piles, pile cap, and piers. Included in the scope ofwork is the assembly and installation of nine CSG units (GFE) on their foundation. TheCSG manufacturer will provide assembly and installation supervision for the task. Eachunit is nominally 12 ft by 20 ft by 18 ft. Each unit is expected to arrive assubassemblies in five to seven bolt-up sections. The CSG subassemblies shall beassembled by the contractor and process piping shall be fitted to the completedassemblies. The subassemblies will be fitted together before transport to site at theshop of the CSG manufacturer by the CSG manufacturer. Opportunity will be provided towitness an assembly of a CSG skid in the manufacturers shop. The CSG subassemblies willbe shipped to the construction site by the manufacturer.Included in the scope of work is the fabrication and installation of the dock levelingassemblies and platforms at the LH and LOX docks. Construction of the dock area will becompleted by others prior to installation of the equipment. Included in the scope is receiving, handling and installation on existing foundations GFEvessels for the CSG system. The vessels consist of three each vacuum jacketed LOX tanks(estimated weight 321,000 lbs each), nine each water tanks (estimated weight 290,000 lbseach), two each isopropyl alcohol tanks (260,000 lbs each) and 32 each 1000 cu ft GN2bottles. Installation will include anchoring the vessels to the foundations.The work includes a vacuum jacketed pipe in the LH dock area. The vacuum jacketed LHpipe shall be provided between the barge hose flange interface and the interface with GFELH pipe. The contractor shall procure and install this VJ pipe in conformance with theperformance specifications supplied in the contract documents.Included in the scope is the procurement, furnishing, supplying, fabrication,installation, cleaning, testing and check out of all the piping systems, pipe components,pipe supports and equipment as shown on the contract drawings for the Helium, Hydrogen,Nitrogen, Oxygen, air, alcohol, and water systems for the A3 Facility.Also included isthe supply and installation of two flare stacks suited for hydrogen service and thesupply of the electrical power systems including wiring, conduits/cableways, switch gear,lighting, and grounding system for the A3 Facility.The order of magnitude for the procurement is greater than $10,000,000, and the effortshall be completed within (610) calendar days after receipt of the notice to proceed. This procurement is part of the Small Business Competitiveness Demonstration Program. Asa result, all qualified responsible sources may submit a proposal, which shall beconsidered by the agency.The NAICS Code and small business size standard for this procurement are 236210 and $33.5million, respectively. The anticipated release date of the RFP is on or about November 7, 2008, with ananticipated bid closing date of on or about January 13, 2009. The firm date for receiptof bids or offers will be stated in the RFP. Offerors are urged and expected to inspect the site where the work will be performed. An organized site visit has been scheduled for November 25, 2008, at 9AM. Participantswill meet at the South Reception Center, Stennis Space Center, MS. An ombudsman has been appointed -- See NASA Specific Note "B". Specifications and Drawings will only be made available on CDROM. Requests for copiesshall be made by email to the Bid Distribution Office: joy.g.dedeaux@nasa.gov or you mayfax your request to (228) 688-1141. All contractual and technical questions must besubmitted in writing to jason.f.edge@nasa.gov or by fax 228-688-1141.Telephonequestions will not be accepted. The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents will bein Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which maybe accessed using a WWW browser application. The Internet site, or URL, for the NASA/SSCBusiness Opportunities page ishttp://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). A CDROMcontaining the specifications and drawings may be obtained from the Bid Distributionoffice; however, the closing date for the hard copy received shall be the same as thesolicitation, inclusive of any amendments, released on the Internet. Any referenced notescan be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c86127496ce23ac170b64549ea25e19f&tab=core&_cview=1)
 
Record
SN01694951-W 20081024/081022214830-c86127496ce23ac170b64549ea25e19f (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.