Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

Y -- FEEDWATER AND DE-AERATOR TANK

Notice Date
6/4/2010
 
Notice Type
Presolicitation
 
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
NNA1023585R
 
Response Due
7/20/2010
 
Archive Date
6/4/2011
 
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 plans to issue a Request for Proposal (RFP)] for the fabrication,installation, and design-build of feedwater and deaerator (FWDA) tank and structuralframe 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 design-build services, fabrication and installation of the feedwaterand deaerator system. This is comprised of design-build services, fabrication,installation of the feedwater tank, deaerator tank, structural support frame, platformand catwalk, access stairways, jib crane, piping and pipe supports, and controls, alsoinvolves demolition of existing curbs, bollards, concrete slabs, excavation and reroutingof existing underground utilities (verified by electromagnetic or radio frequency linelocators), paving, installation of electrical power and outdoor lighting. The FWDApackage system tank and supporting structure shall be designed to be relocatable at afuture date. The FWDA system must be able to be dissembled, moved, and reassembled to anew location on base. Design-build of pressure tanks (Feedwater & Deaerator) shall bedesigned, manufactured and stamped in accordance with ASME Code for unfired pressurevessels, Section VIII, Div. 1 and registered with The National Board of Boiler andPressure Vessel Inspectors. Perform all fabrication and installation of pressurecomponents by a fabricator authorized by ASME to apply the U and PP stamp.Weldingand hydrostatic procedures shall conform to the requirements of ASME Code B31.3 ProcessPiping, and Boiler & Pressure Vessel Code (BPVC) Section VIII, Div. 1 and IX to all newand modified existing pressure piping.Seismic design (piping and vessels) shall be inaccordance with CBC 2007 and ASCE 7-05, Chapter 15. FWDA structural frame support shallbe designed and stamped by a structural engineer registered in the state of California. Platforms, catwalks and stairways shall conform to OSHA Standards. Provide storage tanklevel access completely around the tank with 36-inch minimum access width from outsidediameter of tank insulation. Provide access to all man-ways and pressure relief valves. Provide fall protection attachment points throughout new FWDA structure per OSHArequirement. Provide jib crane with motorized trolley mount, single phase lifting motor,trolley motor (rated for 1 ton). Jib crane must be able to lift items to highestcatwalk. Jib crane minimum reach 36 beyond edge of platform railing.Design andinstall control system to perform and function as required by sequence of operation. Design and installation shall conform to existing SVS boiler plant control standards andsafety systems. Provide all equipment sensors, components, wiring, conduit, instrumentair, connections and programming necessary for a fully functional system.The order of magnitude for the procurement is between $1,000,000 and $5,000,000 and theeffort shall be completed within 365 calendar days after notice to proceed.The NAICS Code and small business size standard for this procurement are 238290 and$14,000,000 respectively. The anticipated release date of the RFP is on or about June 18, 2010, with an anticipatedoffer closing date of on or about July 19, 2010.The firm date for receipt of bids or proposals will be stated in the RFP. Drawings willbe available over the Internet. All responsible sources may submit a proposal which shall be considered by the agency.An ombudsman has been appointed -- See NASA Specific Note 'B'.The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/ARC Business Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 The solicitation with plans and specifications will be available on by contacting KenKitahara at kenneth.kitahara@nasa.gov or (650)604-3717. 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). Any referencednotes may be viewed at the URLs linked below.FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995)(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, SiteInvestigations and Conditions Affecting the Work, will be included in any contractawarded as a result of the solicitation. Accordingly, offerors or quoters are urged andexpected to inspect the site where the work will be performed.(b) An organized site visit has been scheduled for June 28, 2010, at 10:00 a.m. localtime.(c)Participants will meet at Building 213, Room 261.(End of Provision)All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA1023585R/listing.html)
 
Record
SN02168693-W 20100606/100604234746-898a3fb4437ae5483f976266e1c03343 (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.