Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOURCES SOUGHT

N -- REPLACE CHILLED WATER CONTROLS KSC INDUSTRIAL AREA

Notice Date
10/3/2011
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12CA01R
 
Response Due
10/25/2011
 
Archive Date
10/3/2012
 
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
Replace Chilled Water Controls, Kennedy Space Center Industrial AreaContracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899Description SOURCES SOUGHT NOTICEReplace Chilled Water Controls, KSC Industrial AreaINTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy SpaceCenter (KSC) is soliciting capability packages from all interested small business firmsfor the repair, by replacement, of industrial heating, ventilation, and air conditioning(HVAC) control systems in the Industrial Area of KSC, Florida 32899.The NAICS code for this effort is 238210, Electrical Contractors and Other WiringInstallation Contractors, and the small business size standard is $14.0 million. Theestimated price range of this project is between $1,000,000 and $5,000,000. SCOPE OF WORK The work to be performed under this project consists of installing a new distributedprogrammable logic controller (PLC) based industrial process monitoring and controlsystem with specialized redundant servers with control and human machine interfacecapability and supporting ancillary related field devices and equipment. Primarymonitoring and control equipment will be installed at KSC Building M7-407 (IndustrialArea Chiller Plant [IACP]). Equipment at the IACP will monitor and control waterchillers, chiller water pumps, condenser water pumps, condenser tower fans, aircompressors, control valves and secondary loop pumps. Most of the equipment is fullyredundant and the plant generally operates around 5000 tons. Additionally, servers andworkstations at the IACP will monitor control valves, pumps, variable frequency driveunits,and other miscellaneous equipment (including magnetic flow meters, smarttemperature transmitters, signal isolators, protocol converters, and serial and Ethernetcommunication devices) via an Ethernet fiber optic network connected to local PLC controlsystems at the following remote facilities: M6-409 (Engineering Development Laboratory),M7-360 (Space Station Processing Facility), M7-355 (Operations and Checkout Building),M7-505 (Payload Support Building), M7-351 (Training Auditorium), M6-399 (HeadquartersBuilding), M6-342 (Central Instrumentation Facility), and M6-495 (Occupational HealthFacility). Specifically, this project consists of: 1.Providing detailed system engineering and shop drawings including, but notlimited to, control system diagrams, ladder diagrams, wiring and interconnectiondrawings, product data, equipment schedules, sequence of operations, annotated softwarelogic, control panel arrangement diagrams, operations and maintenance information,training programs, record as-built documentation, HVAC calculations, and otherconstruction transmittals as required by the contract documents. These documents will beapproved by the Government, prior to start of work.2.Control system demolition with selective re-utilization of existing equipment andwiring, working around operational critical facility equipment with minimal impact. Construction phasing of control system replacement along with all essential componentsmust be completed sequentially in a pre-planned sequence to minimize outages to HVACsystems. 3.Environmental and safety work including worker protection, asbestos/leadavoidance or abatement, waste segregation, and waste disposal.4.Mechanical pipe and insulation work for installing valves and instrumentation inexisting large chilled water piping.5.Factory fabrication and testing of customized control panel equipment.6.Monitoring and control equipment installation including computer hardware,computer software, programmable logic controllers, computer networking, informationtechnology security, electrical power and control wiring construction, control panelfabrication, engineering shop drawing preparation, control sequence development, customsoftware development, human-machine interface development, test procedure development,user training, and performance certification elements. Monitor and control functions willbe managed through distributed islands of control architecture using PLCs and fullyredundant servers and operator workstations.7.Electrical installation and routing of conduit, connectors, control cabinets, andjunction boxes around existing operational equipment. Installation of control equipmentuninterruptible power sources and connection to existing 480V and 4160V motor controlequipment.8.Installing PLCs and remote I/O in all of the facilities on the chilled waterloop, converting existing PLCs from serial to Ethernet communication, installing andcalibrating control valves, installing and calibrating temperature, pressure and flowsensors, and combining serial and Ethernet communication equipment on to one dedicatednetwork.9.Detailed and customized software development including converting the nativeYorktalk communication protocol to Modbus TCP/IP protocol, developing arrays andselection tables for sequencing pumps, fans, valves and chillers both manually andautomatically, developing PLC software logic that will allow for a seamless transferbetween manual and automatic modes, combining mechanical and electrical energy values tocompute the coefficient of performance (COP) for the IACP, programming local PLC userinterface panels, and programming the servers and workstations to monitor and control theentire system using Citect Supervisor Control And Data Acquisition (SCADA) applicationsoftware.10.Development of training program and materials and the presentation of trainingmaterial for control system operators and maintenance engineers at KSC. 11.Testing and commissioning, including factory testing each PLC rack prior todeployment using voltage and current test equipment to simulate live conditions,individual testing of each PLC rack both locally via the user interface panel and systemwide back through to the servers at the IACP and supporting the government and thecommissioning agent with the verification testing of the entire system. CAPABILITY STATEMENTS Interested small business firms having the capabilities necessary to meet or exceed allaspects of the requirements described herein, are encouraged to submit to the contractingofficer capability packages demonstrating their ability to perform the statedrequirements. The capability packages shall be no more than nine (9) pages in length and printed in notsmaller than 12 point type. The capability packages shall reference this Sources SoughtSynopsis and be titled: Replace Chilled Water Controls, KSC Industrial Area at the JohnF. Kennedy Space Center, Florida.The capability package shall address, as a minimum, the following:1. Company name; DUNS number; address; and a primary point of contact (E-mail address andphone number). 2. Description of principal business activity; number of employees; company business size(large or small business in NAICS Code 23821); and specifically identify if you are aHUBZone small business, a service-disabled veteran owned small business, an economicallydisadvantaged woman-owned small business, or an 8(a) small business. 3. Financial Capacity:Aggregate bonding capacity and bonding capacity per project;current balance sheet and income statement; and the firms average annual revenue for thepast three (3) years. 4. Experience Provide the number of years in business and a listing of projectsrelevant to NAICS code 238210 performed in the previous five (5) years. Relevant work forthe purposes of this Notice can be defined as, but not limited to, the following: a. Experience in industrial and HVAC control system installation and associated shopdesign, shop fabrication, and field installation work performed in the last five yearsb. Experience working in and around other building systems at an active, secure facilityin government, industrial, or manufacturing settings.c. Experience in developing, fabricating, installing, and testing complex industrialclass customized programmable logic controller, computer network, software, andhuman-machine interface systems as detailed in the SCOPE OF WORK described above.Capability packages must be submitted electronically, via e-mail, to Robert Glanowski,NASA Contract Specialist, at the following address: robert.glanowski@nasa.gov on orbefore October 25, 2011. NASA/KSC will review all responses that comply with the submission instructions using thefollowing criteria: breadth, depth and relevancy of experience as it relates to the workdescribed above. NASA does not plan to respond to individual responses and does notintend to post information or questions received to any website or public accesslocation. DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause52.215-3, entitled Request for Information or Solicitation for Planning Purposes. Itdoes not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation,and it is 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. This invitation to submit capability packages is for thepurpose of determining the appropriate level of competition and/or small businesssubcontracting goals for a potential KSC acquisition. No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized on the Federal BusinessOpportunities Website, FedBizOpps, (https://www.fbo.gov/) and on the NASA AcquisitionInternet Services, NAIS, (http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi ). Interestedfirms are responsible for monitoring these sites for the release of any solicitation orsynopsis. Failure to respond to this notice does not exclude any interested party from futureconsideration for proposals which may be announced or solicited by NASA. Point of ContactName: Robert Glanowski Title: NASA Contract Specialist Phone: 321-867-7345 Fax: 321-867-1111 E-mail: robert.glanowski@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12CA01R/listing.html)
 
Record
SN02601006-W 20111005/111003235000-7b50c3cbbb52959dde7f2a039b1795a3 (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.