Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2011 FBO #3634
SOURCES SOUGHT

Y -- REVITALIZE KSC WATER AND WASTEWATER SYSTEMS PHASE 4

Notice Date
11/4/2011
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
Howard2011
 
Response Due
11/21/2011
 
Archive Date
11/4/2012
 
Point of Contact
Lester S Howard, Contracting Officer, Phone 321-867-7432, Fax 321-867-3945, Email Lester.S.Howard@nasa.gov - Sherry L. Gasaway, Lead Contract Specialist, Phone 321-867-5294, Fax 321-867-1166, Email sherry.l.gasaway@nasa.gov
 
E-Mail Address
Lester S Howard
(Lester.S.Howard@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICERevitalize KSC Water & Wastewater Systems Phase 4INTRODUCTION 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 Revitalization of KSC Water & Wastewater Systems Phase 4 at KSC, Florida 32899. The NAICS code for this effort is 237110, Water and Sewer Lines and Related StructuresConstruction and the small business size standard is $33.5 million. The estimated pricerange of this project is greater than $10,000,000.SCOPE OF WORK The primary task of the construction firm will be the revitalization of Kennedy SpaceCenters water distribution and waste water collection system.The following is ageneral listing of tasks associated with the proposed work and is not exhaustive: Replacement of existing asbestos cement water mains with ductile iron or polyvinylchloride (PVC) mains ranging in size up to 16 inches utilizing open cut and trenchlesstechniques, various water main valves and connections, installation of a new waterbooster pump station including fire alarm and wet pipe suppression system, water qualityanalyzers, instrumentation and controls, gravity sewer replacement and cured in placepipe (CIPP) linings, sewer force main replacement via open cut and pipe bursting, manholelining and repairs, lift station repairs and replacement, installation of associatedelectrical and communications equipment and wiring, installation of a radio frequencycommunications system for lift stations, and deconstruction of pump stations. The sizeand breadth of this project will require coordinated outages of flight hardwareprocessing facilities with weekend and holiday work.Construction services are required toinstall/construct the various water and waste water components referenced in the scope ofwork. Firms shall have at least 5 years of extensive, demonstrated experience in theconstruction of municipal water distribution and waste water collection systems for allof the system components mentioned in the description.Expertise and/or specific certifications and experience are required in the followingareas:1.Construction and activation of water pump stations.2.Jack and boring operations with at least 16 carrier case pipe.3.Horizontal directional drilling with diameters in excess of 164.Dewatering operations utilizing continuous well point techniques5.Application of hydrogen sulfide protective coating systems utilized in concreterestoration6.Instrumentation and controls systems for water and wastewater pumping systems7.Working within contaminated solid waste management unit (SWMU) sites8.Environmental and safety work including worker protection, asbestos avoidance, wastesegregation, and waste disposal.9.Compliance with asbestos regulations working with asbestos-cement (transite pipe) watermains10.Compliance with State and Local Department of Environmental Protection permits andregulations11.De-construction and removal of water pump stations, asbestos cement pipe, and otherpipeline materials.12.Significant capacity to accomplish work requirements under compressed outageschedules.13.Development of training program and materials and the presentation of trainingmaterial for control system operators and maintenance engineers at KSC. 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 ten (10) pages in length and printed in notsmaller than 12 point type. The capability packages shall reference this Sources SoughtSynopsis and be titled: Revitalize KSC Water & Wastewater Systems Phase 4 at the John F.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 237110); 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 prior and current specific experience within the last five yearsin construction and repair of water and wastewater systems described in the scope of workand requirements sections. Include the magnitude, scope, contract number, organizationsupported, indication of whether prime or subcontractor, contract value, point of contactwith current telephone number, and a brief description of how the contract referencedrelates to the services required at KSC.Capability packages must be submitted electronically, via e-mail, to Lester Howard, NASAContract Specialist, at the following address:lester.s.howard@nasa.gov on or before 21November, 2011. NASA/KSC will review all responses that comply with the submissioninstructions using the following criteria: breadth, depth and relevancy of experience asit relates to the work described above. NASA does not plan to respond to individualresponses and does not intend to post information or questions received to any website orpublic access location. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/Howard2011/listing.html)
 
Record
SN02618509-W 20111106/111104234356-206d8a7a603876ff26bdf9f0008d6b21 (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.