Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOURCES SOUGHT

Y -- RESTORATION OF ELECTRICAL DISTRIBUTION SYSTEM PHASE 8 AT NASA AMES RESEARCHCENTER MOFFETT FIELD CALIFORNIA

Notice Date
3/2/2010
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10REDS8
 
Response Due
3/10/2010
 
Archive Date
3/2/2011
 
Point of Contact
Kenneth Kitahara, Contract Specialist, Phone 650-604-3717, Fax 650-604-2593, Email Kenneth.Kitahara@nasa.gov
 
E-Mail Address
Kenneth Kitahara
(Kenneth.Kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) at the Ames ResearchCenter is hereby soliciting information about potential sources for the construction of anew substation for N202 that includes MV VCB, transformer, cables, relay and APMS, and LVtransformer and distribution switchboard and upgrade and/or modification of 3 secondarysubstations (N203, N204, N210, & N226). The new building substation requirement willconsist of the removal and replacement of the existing building power substation thatincludes MV VCB, transformers, cables, relay and APMS, and LV distribution switchboards. The removal and disposal of asbestos and lead resulting from the work is also required. Construction must be planned and executed to provide reliable temporary powerarrangements, including a mobile generator, as shown on the drawings. The NAICS code for this procurement is 237130 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 60 week period of performance is contemplated. 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, or Service Disabled Veterans Organization set-aside. Information receivedas a result of this section will be considered by the Government and used for acquisitionplanning purposes only. Please note, a decision to set-aside this requirement or tocompete it through full and open procedures has not yet been made. Part II. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES. Interestedvendors having the capabilities and qualifications necessary to meet or exceed the statedrequirements are invited to submit capability/qualification packages, appropriatedocumentation and references. Responders to this notice are requested to submit acapability/qualification package of 10 pages or less which provides the followinginformation: 1. Organization name, DUNS Number, address, description of principalbusiness activity, number of year in business, primary point of contact, phone, fax,e-mail, and website (if applicable). 2. Whether your company is Large business, Smallbusiness, Small Disadvantaged Business, certified 8(a) small business (includeanticipated graduation date), HUBZone small business, Woman-owned small business,Veteran-owned small business, Service-Disabled Veteran-owned small business for NAICScode 237130, size standard $14.0M. 6) Whether your company is on any Government-wideAcquisition Contract (GWAC) for the type of services required. 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. Part III. YOUR RESPONSE TO THE SYNOPSIS. All responses to the Statement of Capabilitiesshall be received no later than Tuesday, March 10, 2010 at 4pm Pacific Time. Allquestions and responses MUST be in writing and sent via electronic mail (e-mail) to theContract Specialist, Ken Kitahara, at the following address: kenneth.kitahara@nasa.gov. If an interested party requests confirmation of receipt, the Contract Specialist willconfirm receipt. In all responses, please reference Restoration of ElectricalDistribution System, Phase 8 Sources-Sought in the subject line and on all attachments. Verbal questions will not be accepted.This synopsis is for information and planningpurposes only and is not to be construed as a commitment by the Government and neitherwill the Government pay for information solicited. Respondents will not be notified ofthe results of the evaluation.No solicitation exists; therefore, do not request a copyof the solicitation. If a solicitation is released it will be synopsized in FedBizOppsand on the NASA Acquisition Internet Service. It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis. Anombudsman has been appointed -- See NASA Specific Note 'B'. The solicitation and anydocuments related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/ARC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. It is theofferor's responsibility to monitor the Internet cite for the release of the solicitationand amendments (if any). Potential offerors will be responsible for downloading theirown copy of the solicitation and amendments, if any. Schedule and other information about major upcoming ARC procurement actions is availablethrough the Acquisition Planning Tool athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Responses must be submitted electronically to the Contract Specialist listed below: NASA Ames Research Center, ATTN: Kenneth Kitahara, kenneth.kitahara@nasa.gov Respond by 4:00PM Pacific Time, March 10, 2010. DISCLAIMER This information is for planning purposes only, subject to FAR Clause52.215-3, entitled Solicitation for Information and Planning Purposes. It does notconstitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and itis not to be construed as a commitment by the Government to enter into a contract.Moreover, the Government will not pay for the information submitted in response to thisNotice, nor will the Government reimburse an Offeror for costs incurred to prepareresponses to this Notice. No solicitation exists at this time; therefore, do not requesta copy of the solicitation. If a solicitation is released it will be synopsized in theFedBizOpps and on the NASA Acquisition Internet Services (NAIS). It is the potentialofferors responsibility to monitor these sites for the release of any solicitation orsynopsis. Failure to respond to this Source Sought Notice does not exclude any interestedparty from future consideration for proposals for design/construction/ demolition whichmay be announced or solicited by NASA. Inquiries made by telephone are not permitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10REDS8/listing.html)
 
Record
SN02079932-W 20100304/100302234410-9d202ccab87323f1c90c1542c63820fe (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.