Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

Y -- RECOVERY REQUEST FOR INFORMATION FOR ROOF REPLACEMENT AND LOGGIA LEDGEREPLACEMENT - PACKAGE 1 - ON MULTIPLE FACILITIES AT THE JOHNSON SPACE CENTER

Notice Date
2/24/2009
 
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
NNJ09ZBJ009L
 
Response Due
3/3/2009
 
Archive Date
2/24/2010
 
Point of Contact
Karen D. Kelldorf, Contracting Officer, Phone 281-483-1863, Fax 281-483-9741, />
 
E-Mail Address
karen.d.kelldorf@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only.NASA/JSC is hereby soliciting capabilities information from certified 8(a), HUBZone, andService Disabled Veteran Owned Small Business (SDVOSB) concerns within a five stateregion consisting of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas for completeroof replacement and loggia ledge replacement on multiple facilities at the Johnson SpaceCenter.The purpose of this request is to determine the appropriate level of competition inaccordance with FAR 19.10 Small Business Competitiveness Demonstration Program.Information received will be used to make a determination regarding the use of full andopen competition or to set aside the procurement as an 8(a), HUBZone, or SDVOSBset-aside. It is the potential offerors responsibility to monitor these sites for therelease of any solicitation or synopsis.It is anticipated the NASA/JSC will issue a solicitation or Invitation for Bid (IFB) forperformance of this effort. The NAICS code for the project is 238160 with a smallbusiness size standard of $14 million. This NAICS code is identified in FAR Subpart 19.10Small Business Competitiveness Demonstration Program, under the title of RoofingContractors. The magnitude of the project is more than $10,000,000 as set forth in FAR36.204 Disclosure of the Magnitude of Construction Projects.No solicitation or IFB exists at this time; therefore, do not request a copy. If asolicitation or IFB is released it will be synopsized in FedBizOpps and on the NASAAcquisition Internet Service.The basic scope of the project is anticipated to be broken into seven Contract Line Items(CLINs) with options for ten additional CLINs. A table, which describes the breakdown ofthe aforementioned CLINs can be found at the following web address:http://procurement.jsc.nasa.gov/NNJ09ZBJ010L/Package-1-Table.doc.This procurement action will be conducted as part of the American Recovery andReinvestment Act (Recovery Act) dated February 17, 2009 and will be subject tounprecedented levels of transparency and accountability so Americans know where their taxdollars are going and how they are being spent. Mechanisms through special contractterms and conditions will be implemented to accurately track, monitor and report ontaxpayer funds. The Recovery Act requires extensive reporting from the prime recipientsof Federal funding. This may include special Buy American Act requirements, additionalrequirements for contractor reporting, and expanded Government Accountability Office(GAO) and Office of Inspector General (OIG) access to contractor records. Certified 8(a), HUBZone and SDVOSB General Construction Companies capable of performingas prime contractors that meet the requirements of this synopsis are asked to submitcapability statements in no more than seven (7) pages. Material submitted shall notcontain binding of any kind or be submitted in hard or soft folders. Capabilitystatements 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, SDVOSB Number of years in business Affiliate information: parent company, joint venture partners, potential teamingpartners, etc CAGE Code (if available)In addition, capability statements must affirmatively demonstrate the following:1) A satisfactory record of past performance, integrity, and business ethics, includingpast roofing projects which demonstrate experience performing simultaneous work onmultiple (three or more) facilities at a single location within the last five (5) yearswith emphasis on work performed on a Federal installation and include three (3)references. These references must highlight relevant work performed, and provide contractnumbers, contract type, dollar value of each procurement, a point of contact, address andphone numbers;2) 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 FAR52.219-14, Limitations on Subcontracting. Provide examples of three (3) past projectswith emphasis on work performed on a Federal installation where the potential offeror hasperformed 25% or greater of the effort for similar projects with a magnitude of more than$10,000,000. The provided examples are to indicate that the potential offeror is capableof performing the primary and vital functions of the contract in accordance with theOstensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfythe requirements of both items 1 and 2 of the synopsis only need to be submitted once;3) Identify any OSHA violations within the last 3 years, specifically injury or deathrelated. Also provide disposition of any OSHA violations. If no violations have occurred,please so state;4) Identify any Department of Health and any Federal or State Environmental ProtectionAgency violations (asbestos, lead, hazardous chemicals, etc.) within the past 3 years. Also provide disposition of any of these violations. If no violations have occurred,please so state;5) Demonstrate adequate financial resources to perform the contract or ability to obtainthem; including ability to meet Bonding Capacity of 100 percent of the contract price(including options) as per FAR 52.228-15. Capability statement must demonstrate bondingcapacity for the magnitude of the project which is more than 10,000,000. Specifically,capability statements must include maximum individual project bonding limit and maximumaggregate bonding limit;6) Experience with large (30,000 square feet or larger) roof replacement projects onoccupied facilities similar in size and scope in a work environment with special accessrequirements, and restricted periods of time when work can be performed;7) Experience with large (30,000 square feet or larger) roof replacement projectsrequiring asbestos removal, containment and control on occupied facilities. Specifically, experience should demonstrate ability to protect and isolate buildingoccupants and critical property, such as space flight hardware, for the duration of theproject; 8) Demonstrate the necessary organization, experience, accounting and operationalcontrols, and technical skills, necessary to perform the contract requirements, or theability to obtain them; 9) Experience in managing and coordinating subcontractors necessary to completecontractual requirements of projects similar in size and scope, specifically thoserequiring simultaneous performance on multiple facilities at a single location. Thisshould include qualified project managers and superintendents with proven experience onsimilar projects;10) Ability to provide necessary construction and technical equipment or the ability toobtain them;11) Knowledge of and experience with Government construction regulations and OSHA safetystandards (Government Safety and Health Plans);12) Experience in developing safety and health plans including the ability to comply withthe JSC Total Safety and Health Handbook located at http://jschandbook.jsc.nasa.gov/. It is the potential offerors responsibility to review the entire content of theJSC Safety and Health requirements. The following general information is offered toprovide an idea of the JSC Safety and Health requirements. Potential offerors shouldunderstand that if selected for award of a JSC contract, they will be responsible forperforming tasks to ensure the protection of personnel, property, equipment, and theenvironment in contractor products and activities generated in support of institutionaland space flight program objectives. In addition, to ensure compliance with pertinentNASA policies and requirements and federal, state, and local regulations for safety,health, environmental protection, and fire protection, the contractor will be required todevelop and implement a safety and health program in accordance with a NASA-approvedsafety and health plan. The contractor will implement system safety engineering tasks forflight and institutional program activities and products in accordance with the scheduleand applicable flight and institutional requirements as documented in the contractorsSystem Safety Program Plans (SSPPs) which must be approved by NASA. The contractor shalldevelop and implement risk management techniques (including risk assessment) to beapplied to hazards derived from analyses of activities and products for the purpose ofeliminating or controlling hazards as specified in NASA policies and requirements forhazard reduction. The JSC Safety and Health Handbook provides detailed requirements andinstructions regarding safety and health procedures and policies at JSC and isincorporated by reference into all JSC contracts when performance is on site at a JSCfacility.RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed thestated requirements are invited to submit appropriate documentation and references asrequested. All responses shall be submitted to Karen D. Kelldorf no later than 4:00 p.m. CentralTime on March 3, 2009. Responses may be e-mailed to the contracting officer atkaren.d.kelldorf@nasa.gov. Please reference NNJ09ZBJ009L in any response. Mailing addressis:NASA Johnson Space Center, Attn: Karen D. Kelldorf, Mail Code BJ3, 2101 NASA Parkway,Houston, Texas 77058This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. The Governmentreserves the right to consider a 8(a), HUBZone, or SDVOSB set-aside based on responseshereto. All 8(a), HUBZone or SDVOSB owned firms will need to be certified at the time ofproposal submission if the procurement is set-aside.Any questions regarding this announcement should be directed to the identified point ofcontact. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c36bb22659e7fda528d1e75521a666cd&tab=core&_cview=1)
 
Record
SN01755732-W 20090226/090224220601-c36bb22659e7fda528d1e75521a666cd (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.