Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOURCES SOUGHT

C -- ELECTRICAL DESIGN AND ENGINEERING SERVICES

Notice Date
6/24/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK10KSCOPCSA01
 
Response Due
7/8/2010
 
Archive Date
6/24/2011
 
Point of Contact
Richard M. Johanboeke, NASA Contracting Officer, Phone 321-867-0586, Fax 321-867-1111, Email richard.m.johanboeke@nasa.gov
 
E-Mail Address
Richard M. Johanboeke
(richard.m.johanboeke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICENASA's John F. Kennedy Space Center is hereby soliciting information about potentialsources for Electrical Design and Engineering Services.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. Telephone calls will not be considered.INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting information about potential sources for Design, Engineering,Construction Support and other Professional Services Required to Demolish, Rehabilitate,Modernize, or Provide New Electrical Facilities and Systems at Kennedy Space Center(KSC), Florida; Cape Canaveral Air Force Station (CCAFS), Florida; and Vandenberg AirForce Base (VAFB), California. Vendors having the capabilities necessary to meet orexceed the stated requirements are invited to submit capability packages, appropriatedocumentation and references. This Sources Sought is a market research tool only and will be used to determinepotential and eligible small business firms capable of providing these services prior todetermining the method of acquisition and issuance of a Request for Proposal (RFP). Therefore, all interested parties are encouraged to respond. The North American IndustryClassification System (NAICS) Code is 541330, Engineering Services, which has a SmallBusiness Size Standard of $4.5 million.NASAs Kennedy Space Center (KSC) intends to award one or more Indefinite-DeliveryIndefinite-Quantity (IDIQ) contracts in accordance with the Brooks Act as implemented inthe Federal Acquisition Regulation (FAR) Subpart 36.6, for Electrical Design andEngineering Services related to any NASA program requirement. Each awarded contract willhave a five year ordering period with a minimum value of $1,000 which represents theminimum value of work the Government is required to order and the contractor shalldeliver under the IDIQ contract. The maximum quantity the Government may order and thecontractor may deliver for the Electrical Engineering and Design Services will be$10,000,000. Task orders issued against the IDIQ contracts prior to their expiration mayextend for up to one year beyond the ordering period of the IDIQ contracts, as determinedby the Contracting Officer.In the event multiple Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts areawarded, task orders will be competed between the contractor awardees, see FAR 16.505(b).In accordance with FAR Clause 52.219-9, Small Business Subcontracting Plan, largebusinesses will be required to provide subcontracting plans prior to receipt ofindividual task orders expecting to exceed $550,000 and having subcontractingopportunities.SCOPE OF WORK This contract will include tasks which involve essential and/or substantial effort inelectrical systems, equipment, and facilities.The professional services required forthis project will include, but will not be limited to, conducting field investigations,surveys, testing and analysis of existing or planned electrical work and support systems,preparing engineering reports of recommended actions, and/or preparing final designssuitable for competitive bidding. All design packages prepared by the A&E firm shallutilize computer aided design and analysis, use SpecsIntact (SI) specifications, andinclude detailed cost estimates. Approved designs will be utilized for the advertisingand award of fixed price construction contracts. The A&E shall have demonstratedspecialized experience performing alternative studies including cost-benefit analysis andlife cycle costing; study or report compilation; parametric cost estimating; detailedtake-off cost estimating and subsequent performance against bids received. The selectedA&E firm must have the capacity to provide all the personnel to perform all the workidentified and the capacity to work multiple projects at the same time. The selected A&Efirm's project staff must include, as a minimum, registered professional engineers andspecialists who have demonstrated specialized experience in the following specificdisciplines: electrical power, fire alarm, electronic security, and control systems. Additionally, any required architectural, survey, civil, structural, environmental, fireprotection, or mechanical registered professionals and specialists must also be availableto perform any ancillary design work related to the electrical project. Forstate-regulated permits, the A&E shall have staff with professional engineering licensesin the State of Florida.SPECIFIC INFORMATION SOLICITED It is requested that interested firms having the capabilities necessary to meet or exceedall aspects of the effort described herein, submit to the contracting office aCapabilities Statement package demonstrating ability to perform the services listedabove. The submission shall be prepared in either PDF or Microsoft Office. NASA/KSC maynot accept an offerors submissions that do not comply with the submission instructions. NASA/KSC will review all offerors submissions that comply with submission instructionsusing the following criteria: breadth, depth and relevancy of experience as it relates tothe work described above. The capability statement package shall be no more than 5 pages in length, single spaced,and have minimum 12 point font. The cover letter provided with your 5 page submissionshall include the following information: Company Name, DUNS Number and Address; CompanyBusiness Size and Business Size Status (i.e. large, small, small disadvantaged,women-owned small, HUBZone small, 8(a), etc.), Point-of-Contact name, phone number andemail address.The capability statement package shall address, as a minimum, the following: 1. (a)Specialized experience in Building and Site Power Distribution: Low voltagepower equipment/distribution including special requirements for data/control centers,hazardous locations, and emergency power. Additional demonstrated experience withelectrical power system analysis (short circuit, coordination, load flow, motorstarting), and arc-flash hazard and electrical safety/hazard analysis.Experience withnew power generation technologies such as solar and wind power generation is desired. 1.(b) Specialized experience in High and Medium Voltage Power Distribution: Outdoorhigh voltage (115 kV) power substations; medium voltage (5 kV and 15 kV) powerequipment/site distribution. Additional demonstrated experience with electrical powersystem analysis (short circuit, coordination, load flow, motor starting), and arc-flashhazard and electrical safety/hazard analysis. 1(c). Specialized experience in Electrical Systems: Fire alarm and detection;Electronic Security Systems (ESS); electrical control systems (elevators, doors, gates,cranes, lighting); extensive HVAC controls design experience; networking and monitoringcontrol systems. The A&E shall have demonstrated specialized experience in developingdetailed sequences of operation, and developing detailed human-machine interfaces. TheA&E shall have demonstrated experience in producing sustainable, energy efficient,environmentally friendly designs that enable new construction or major renovationprojects to be certified under the guidelines of the Leadership in Energy andEnvironmental Design (LEED) Green Building Rating System.2. Company profile including a staffing plan, annual revenue history, office location(s),demonstration of financial stability, ability to retain existing staff and hire/acquirequalified personnel, and ability to provide continuity of operations at the beginning andthe end of a contract.3. Resources available such as corporate management and currently employed personnel tobe assigned to tasks under this effort to include professional qualifications andspecified relevant work experience of such personnel. RESPONSE INSTRUCTIONS The requested Capabilities Statement is for information and planning purposes only. NASAdoes not intend to post information received to any website or public access location.NASA does not plan to respond to companies providing capability statements. Thecapability statement and its cover letter must be submitted electronically:To: richard.m.johanboeke@nasa.govSubj: Electrical Design and Engineering Services Capability StatementResponses must be received by July 8, 2010. Facsimile and hardcopy submissions will notbe considered. Telephone calls will not be considered. DISCLAIMER This information is for planning purposes only. It does not constitute a Request forProposal, Invitation for Bid, or Request for Quotation, and it is not to be construed asa commitment by the Government to enter into a contract. Moreover, the Government willnot pay for the information submitted in response to this Notice, nor will the Governmentreimburse an offeror for costs incurred to prepare responses to this Notice. The Government reserves the right to consider a 8 (a), service-disabled veteran-ownedsmall business, HUBZone, or small business administration set-aside arrangement as deemedappropriate for this procurement. Failure to respond to this Sources Sought Notice does not exclude any interested partyfrom future consideration for proposals which may be announced or solicited by NASA. END OF SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10KSCOPCSA01/listing.html)
 
Record
SN02187928-W 20100626/100624235709-baa40bbee251702a2cc43c6e0bea2722 (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.