Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

Z -- UTILITY FLOOD MITIGATION

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ09BJZ016L
 
Response Due
8/7/2009
 
Archive Date
7/31/2010
 
Point of Contact
Jonathan P. Prihoda, Contract Specialist, Phone 281-244-6959, Fax 281-483-9741, Email jonathan.p.prihoda@nasa.gov - Michael J. Lonchambon, Contracting Officer, Phone 281-244-5151, Fax 281-483-9741, Email michael.j.lonchambon@nasa.gov<br />
 
E-Mail Address
Jonathan P. Prihoda
(jonathan.p.prihoda@nasa.gov)
 
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 theconstruction project Utility Tunnel Flood Mitigation at Johnson Space Center (JSC). 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 for a General Constructioncontract for the Utility Tunnel Flood Mitigation project. The NAICS code for theproject is 236220 with a small business size standard of $33.5 million. This NAICS codeties directly with FAR 19 of the Small Business Competitiveness Demonstration Program,under the title of Commercial and Institutional Building Construction. The magnitude ofthe project is between $5,000,000 and $10,000,000 as set forth in FAR 36.204 Disclosureof the Magnitude of Construction Projects. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. This project will provide an upgraded floodwater removal and discharge system for theJohnson Space Center utility tunnel system. Existing sump pumps shall be upgraded fromstandard ventilated electric motors with submersible motors with appropriate waterproofelectrical connections. In addition, the project will install a set of large submersiblepumps, with their own dedicated power supplies and controls, for rapid removal anddischarge of floodwaters inside the tunnels. The project shall modify the lowest pointin the tunnel system to accommodate the pumps.In addition to the installation of pumpsto remove storm water, all water entry points into the tunnel system shall be modified toprevent or, at a minimum, significantly restrict water flow through the openings. Thisincludes vents, hatches, tunnel entry points into buildings, tunnel removable equipmenthatches, and tunnel utility penetrations. This project is necessary to mitigate the consequences of a catastrophic flooding of theJSC utility system tunnel as identified in the Flood and Related Risk Mitigation Study atthe Johnson Space Center. The study has identified storm surge from a hurricane orprolonged heavy rainfall during a typical tropical storm as potential sources offloodwater. New submersible sump pumps shall mitigate localized flooding in tunnelzones.The larger dedicated sump pumps will prevent the tunnel system from flooding tothe point that the high voltage conductors, data and communication cabling, and otherutilities are submerged and rendered out of commission. Tunnel vents, hatches, utilitypenetrations, and tunnel entry points into buildings shall prevent or significantlyrestrict water flow through the openings. 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 address the following:1)Capability statements should identify past projects with proven General Constructionexperience within the last five (5) years with emphasis on work performed on a Federalinstallation and include three (3) references. These references must highlight relevantwork performed, contract numbers, contract type, dollar value of each procurement, apoint of contact - address and phone numbers. Highlight performed work in a tunnel system containing mission critical utilities such ashigh voltage feeders, energized piping systems, steam, mission critical data cables.2) Ability to meet the 15% 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 15% or greater of the effort for similar projects ranging from a magnitude of$5,000,000 to $10,000,000. The provided examples are to indicate that the potentialofferor is capable of performing the primary and vital functions of the contract inaccordance with the Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE:Projects that satisfy the requirements of both items 1 and 2 of the synopsis only need tobe 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) Ability to meet Miller Act performance and payment bonding capacity of 100 percent ofthe contract price as per FAR 52.228-15. Capability statement must demonstrate bondingcapacity for the magnitude of projects ranging from $5,000,000 to $10,000,000.5) Experience with new construction, partial and total renovations, or majorrefurbishment, including utility tunnel and distribution systems requiring significantcoordination of all necessary trades, such as mechanical, structural, concrete, sitepreparation, interior renovations, and electrical to accomplish the work for a facilitysimilar in size and scope in a work environment with special access requirements, andrestricted periods of time when work can be performed. Performance of work withspecialty items such as operational utility distribution system at an operationallycritical site must be demonstrated;6) Experience involving a broad range of skills, including, but not limited to site work,paving, utilities, structures, electrical, mechanical and plumbing systems, finishes,furnishing/outfitting, carpentry;7) Experience in managing and coordinating subcontractors to perform electrical,mechanical, civil, structural, and other specialty type work required to completecontractual requirements of projects. This should include qualified project managers andsuperintendents familiar with construction;8) Knowledge of and experience with Government construction regulations and OSHA safetystandards (Government Safety and Health Plans);9) 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 the JSCSafety and Health requirements. The following general information is offered to providean idea of the JSC Safety and Health requirements. Potential offerors should understandthat if selected for award of a JSC contract, they will be responsible for performingtasks to ensure the protection of personnel, property, equipment, and the environment incontractor products and activities generated in support of institutional and space flightprogram objectives. In addition, to ensure compliance with pertinent NASA policies andrequirements and federal, state, and local regulations for safety, health, environmentalprotection, and fire protection, the contractor will be required to develop and implementa safety and health program in accordance with a NASA-approved safety and health plan.The contractor will implement system safety engineering tasks for flight andinstitutional program activities and products in accordance with the schedule andapplicable flight and institutional requirements as documented in the contractors SystemSafety Program Plans (SSPPs) which must be approved by NASA. The contractor shall developand implement risk management techniques (including risk assessment) to be applied tohazards derived from analyses of activities and products for the purpose of eliminatingor controlling hazards as specified in NASA policies and requirements for hazardreduction. 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 Michael Lonchambon no later than 2:00 p.m. CentralTime on August 7th, 2009. Responses may be e-mailed to the contracting officer atmichael.j.lonchambon@nasa.gov. Please reference NNJ09BJZ016L in any response. Mailingaddress is: NASA Johnson Space Center, Attn: Michael Lonchambon, Mail Code BJ3, 2101 NASA Parkway,Houston, Texas 77058 This 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. Point of Contact Name:Jon PrihodaTitle:Contract SpecialistPhone:281-244-6959Fax:281-483-9741Email:jonatha.p.prihoda@nasa.govName:Michael LonchambonTitle:Contracting OfficerPhone:281-244-5151Fax:281-483-9741Email:michael.j.lonchambon@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09BJZ016L/listing.html)
 
Record
SN01894896-W 20090802/090731235717-785a30e0c5ddcc33d22ed6e4d996c33c (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.