Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOURCES SOUGHT

Y -- N234A FEEDWATER AND DE-AERATOR TANK REPLACEMENT

Notice Date
1/4/2010
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10323585L
 
Response Due
1/14/2010
 
Archive Date
1/4/2011
 
Point of Contact
Kenneth Kitahara, Contract Specialist, Phone 650-604-3717, Fax 650-604-2593, Email Kenneth.Kitahara@nasa.gov - Teresa A. Marshall, Contracting Officer, Phone 650-604-5257, Fax 650-604-2593, Email teresa.a.marshall@nasa.gov
 
E-Mail Address
Kenneth Kitahara
(Kenneth.Kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for thefabrication, installation, and design-build of feedwater and deaerator (FWDA) tank andstructure for the Steam Vacuum System (SVS) Arcjet Facility N234A located at NASA AmesResearch Center, Moffett Field, California 94035. The work to be performed under thiscontract involves the removal of the existing feed-water and de-aerator tank followed bythe installation of a replacement feed-water and de-aerator tank which consists ofproviding design-build services, labor, equipment, and material to install a feedwaterand deaerator system. This is comprised of design-build, fabrication and installation ofthe feedwater tank, deaerator tank, structural frame and supports, platform and catwalk,access stairways, jib crane, piping and pipe supports, installation of control valves andpressure relief devices, demolition of existing curbs, bollards, concrete slabs,excavation and rerouting of existing underground utilities verified by electromagnetic orradio frequency line locators, paving, installation of electrical power and outdoorlighting. The FWDA package system tank and supporting structure shall be designed to berelocatable at a future date. The FWDA system must be able to be dissembled, moved, andreassembled to a new location on Center.Design-build of pressure tanks (Feedwater & Deaerator) shall be designed, manufacturedand stamped in accordance with ASME Code for unfired pressure vessels, Section VIII, Div.1 and registered with The National Board of Boiler and Pressure Vessel Inspectors. Perform all fabrication and installation of pressure components by a fabricatorauthorized by ASME to apply the U or PP stamp. Welding and hydrostatic proceduresshall conform to the requirements of ASME Code B31.3 Process Piping and Pressure VesselCode (BPVC) Section VIII, Div. 1 and IX to all new and modified existing pressure piping. Seismic design (piping and vessels) shall be in accordance with CBC 2007 and ASCE 7-05,Chapter 15. Structural supports shall be designed and stamped by a structural engineerregistered in the state of California.Platforms, catwalks and stairways shall conformto OSHA Standards. Provide storage tank level access completely around tank with 36-inchminimum access width from outside diameter of tank insulation.Provide access to allman-ways and pressure relief valves. Provide fall protection attachment pointsthroughout new FWDA structure per OSHA requirement. Provide jib crane with motorizedtrolley mount, single phase lifting motor, trolley motor (rated for 1 ton). Jib cranemust be able to lift items to highest catwalk.Jib crane minimum reach 36 beyond edgeof platform railing. Design and install control system to perform and function asrequired by sequence of operation. Design and installation shall conform to existing SVSboiler plant control standards and safety systems. Provide all equipment sensors,components, wiring, conduit, instrument air, connections and programming necessary for afully functional system.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. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.The NAICS code for this procurement is 238290 with a small business size standard of$14M. In accordance with Federal Acquisition Regulation 36.204, Disclosure of theMagnitude of Construction Projects, the estimated price range, is as follows: The totalestimated cost of this project is in the estimated construction contract price range ofbetween $1,000,000 and $5,000,000. A 232 day period of performance is contemplated. Thecontractor shall have demonstrated heating and cooling plant construction experience andhave adequate resources to perform accelerated work schedules to support NASA operationalpriorities. Part I. PURPOSE. This synopsis is to request information on capabilities of potentialofferors to provide the services described above in order to determine if this will be an8(a), HUBZone, Service Disabled Veterans Organization, or small business set-aside.Information received as a result of this section will be considered by the Government andused for acquisition planning purposes only. Please note, a decision to set-aside thisrequirement or to compete it through full and open procedures has not yet been made. Part II. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES. Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 10 pages or less indicating theability to perform all aspects of the effort described herein.Responses must includethe following:1. Name and address of firm, DUNS Number, size of business; and number ofemployees; ownership; 2. Whether they are large, small, small disadvantaged, 8(a),HUBZone, woman-owned, veteran owned small business, HBCU/MI, or service disabled veteranowned; number of years in business; affiliate information: parent company, joint venturepartners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number); 3. Financial Capability Provide bonding capacity of your firm and the most current Balance Sheet and IncomeStatement, average annual revenue for the past 3 years. 4. Experience Number of yearsin business and listing of relevant work performed in the past 5 years. There is norequired font size and/or type designated for this Capability/Qualification Statement.Figures, exhibits, and diagrams must be readable and will not be counted towards the 10page limitation. The Government reserves the right to consider a full and opencompetition or a set-aside based on responses. Technical questions should be directedto: Ken Kitahara, email: kenneth.kitahara@nasa.gov. Procurement related questions shouldbe directed to: Ken Kitahara, email: kenneth.kitahara@nasa.gov.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.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. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Ken Kitahara no later than closeof business, January 14, 2010.Please reference PR4200323585 in any response.Anyreferenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10323585L/listing.html)
 
Record
SN02034057-W 20100106/100104235053-40718322d4763b56d49464d115c78e5b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.