Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOURCES SOUGHT

Z -- UPGRADE SANITARY SEWER SYSTEM

Notice Date
7/7/2010
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, NM 88004-0020
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ10ZBH003L
 
Response Due
7/12/2010
 
Archive Date
7/7/2011
 
Point of Contact
Jesse P Brennan, Contracting Officer, Phone 575-524-5727, Fax 575-524-5130, Email jesse.p.brennan@nasa.gov - Brandon L. Sivage, Contract Specialist, Phone 575-524-5463, Fax 575-524-5130, Email brandon.sivage@nasa.gov
 
E-Mail Address
Jesse P Brennan
(jesse.p.brennan@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 New Mexico andTexas for the construction project Upgrade Sanitary Sewer System at Johnson SpaceCenter (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 Upgrade Sanitary Sewer System project. The NAICS code for the projectis 237110 with a small business size standard of $33.5 million. This NAICS code tiesdirectly with FAR 19 of the Small Business Competitiveness Demonstration Program, underthe title of Water and Sewer Line and Related Structures Construction. The magnitude ofthe project is between $5,000,000 and $6,000,000 as set forth in FAR 36.204 Disclosure ofthe 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. Background: The WSTF-Sanitary Sewer System Upgrade will collect wastewater from theWhite Sands Test Facility and deliver it to an existing City of Las Cruces lift stationlocated on Holman Road. WSTFs wastewater system currently includes a lagoon system fortreatment. This project will facilitate the closure of these lagoons. Project Description: The bid will be a lump sum bid price for all work shown on plansand technical specifications prepared by Moreno Cardenas Inc. (MCI). The work generallyincludes the following:Construction of 8 gravity sewer lines with manholes ranging from 5 to 10 deepincluding clearing, grubbing, trenching and backfill.Construction of 2 to 6 diameter force mains installed with 4 cover (typical)including clearing, grubbing, trenching and backfill.Installation of multiple on-site package grinder pump lift stations.Installation of Supervisory Control and Data Acquisition (SCADA) systems tosupport all lift stations.Electrical work to provide power to all new lift stations and SCADA systems.Installation of new Holman Road Lift Station. Includesmanholes, duplex pumpsystem, SCADA system, connection to three phase power source, electrical hardware withmetal shade structure, rock wall with chain link security fencing, a 12 wide metal gate,a 20 x 20 concrete masonry unit building, odor control tank, bio-filter and blower,concrete work, asphalt drivewayConnection and abandonment of existing sewer system components per plan.Contractor shall supply a Storm Water Pollution and Prevention Plan (SWPPP) andcomply with all NPDES permit requirements.Contractor shall supply traffic control plans stamped by a civil engineerregistered to practice in the State of New Mexico.Contractor shall obtain permits from Dona Ana County and the City of Las Cruceswhere necessary.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) Note: Please respond using the same 1-10 format below to demonstrate your firmscapabilities so that NASA may best determine whether both capabilities and interest existto set aside small construction projects. Capability Statements should:1)Identify past projects with proven General Construction experience preferably inthe $5,000,000 and $6,000,000 range within the last five (5) years with emphasis on workperformed on a Federal installation a.Provide three (3) references that highlight relevant work performed, contractnumbers, contract type, dollar value of each procurement, a point of contact - addressand phone numbers; b. Highlight performed work on a site critical sewage system serving a mission criticalcampus and experience with the New Mexico Environmental Department (NMED) regulationsregarding sewer systems. 2)Demonstrate the ability to meet the 15% requirement of work to be performed bythe prime contractor, not including the cost of materials, with its own employees as setforth in FAR 52.219-14, Limitations on Subcontracting. a.Provide examples of three (3) past projects with emphasis on work performed on aFederal installation where the potential offeror has performed 15% or greater of theeffort for similar projects ranging from a magnitude of $5,000,000 and $6,000,000. Theprovided examples are to indicate that the potential offeror is capable of performing theprimary and vital functions of the contract in accordance with the OstensibleSubcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfy therequirements of both items 1 and 2 of the synopsis only need to be submitted once butplease notate as such;3)Identify any OSHA violations within the last 3 years, specifically injury ordeath related. Also provide disposition of any OSHA violations. If no violations haveoccurred, please so state; 4)Demonstrate the ability to meet Miller Act performance and payment bondingcapacity of 100 percent of the contract price as per FAR 52.228-15.a.Capability statement must demonstrate bonding capacity for the magnitude ofprojects ranging from $5,000,000 and $6,000,000. 5)Demonstrate experience with new construction, additions, maintenance and repairprojects including partial and total renovations, refurbishments, alterations ofbuildings, structures and other real property contracts in a work environment with:a. special access requirements, and restricted periods of time when work can beperformed and occupied areas; b.work performed with hazardous materials such as asbestos, lead paint, etc.c.Experience using GIS technology to establish actual installed line locationsduring construction and experience integrating mechanical systems such as flow meterswith energy management control systems for monitoring.6)Demonstrate experience involving a broad range of skills, including, but notlimited to site work, paving, utilities, structures, electrical, mechanical and plumbingsystems, finishes, furnishing/outfitting, carpentry; 7)Demonstrate experience in managing and coordinating subcontractors to performelectrical, mechanical, civil, structural, and other specialty type work required tocomplete contractual requirements of projects. This should include qualified projectmanagers and superintendents familiar with construction;8)Demonstrate knowledge of and experience with Government construction regulationsand OSHA safety standards (Government Safety and Health Plans);9)Demonstrate experience in developing safety and health plans including theability to comply with the JSC Total Safety and Health Handbook located athttp://jschandbook.jsc.nasa.gov/. It is the potential offerors responsibility toreview the entire content of the JSC Safety and Health requirements. The followinggeneral information is offered to provide an idea of the JSC Safety and Healthrequirements. a.Potential offerors should understand that if selected for award of a JSCcontract, they will be responsible for performing tasks to ensure the protection ofpersonnel, property, equipment, and the environment in contractor products and activitiesgenerated in support of institutional and space flight program objectives. b.In addition, to ensure compliance with pertinent NASA policies and requirementsand federal, state, and local regulations for safety, health, environmental protection,and fire protection, the contractor will be required to develop and implement a safetyand health program in accordance with a NASA-approved safety and health plan. c.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. d.The contractor shall develop and implement risk management techniques (includingrisk assessment) to be applied to hazards derived from analyses of activities andproducts for the purpose of eliminating or controlling hazards as specified in NASApolicies and requirements for hazard reduction. The JSC Safety and Health Handbook provides detailed requirements and instructionsregarding safety and health procedures and policies at JSC and is incorporated byreference into all JSC contracts when performance is on site at a JSC facility.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 Jesse P. Brennan no later than 10:00 a.m. MountainTime on July 12, 2010. Responses must be e-mailed to the contracting officer atjesse.p.brennan@nasa.gov. Please reference NNJ10ZBH003L in any response. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZBH003L/listing.html)
 
Record
SN02198659-W 20100709/100707235315-a4dc3468bb9e0c9cca12f21d46dbdf57 (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.