Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

Z -- REPAIR ELECTRICAL DISTRIBUTION SYSTEM PHASE 8 NASA DRYDEN FLIGHT RESEARCHCENTER EDWARDS CALIFORNIA

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
4200458322
 
Response Due
12/6/2012
 
Archive Date
11/20/2013
 
Point of Contact
Corey D Porter, Contracting Officer, Phone 661-276-2219, Fax 661-276-2292, Email corey.d.porter@nasa.gov - Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov
 
E-Mail Address
Corey D Porter
(corey.d.porter@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/DFRC is hereby soliciting information from potential sources for the repair or replacement of unsafe, aging, or failing electrical components found in substations of Drydens Electrical Distribution System located at the NASA/Dryden Flight Research Center, Edwards, CA 93523. Electrical Components to be replaced may include transformers, switches, circuit breakers, conductors, and other related equipment including associated Arc Flash studies. Other work includes excavation and trenching of harsh conditions in several places and in one instance over a distance of greater than 1.5 miles. Road crossings will be repaired as necessary. Environmental protection concerns shall be addressed throughout to protect and prevent damage to existing flora and fauna as well as the tortoise population. The electrical scope includes high voltage cable installation, cable splicing, terminations and testing, and transformer and switchgear installation and/or replacement as well as commission testing of new equipment. High voltage electrical distribution cable replacement may also be required. In addition, Substation 25 will be enhanced with two new, ArchFlash-reducing, 15KV interrupter switches, and a new PLC control system. Substation 26 will be enhanced with two new ArchFlash-reducing, 15KV interrupter switches. Finally, the contractor shall meet the requirements in NFPA 70E Arch Flash regulation for labeling of electrical equipment install as part of this project. The structural scope includes extending existing electrical equipment concrete pads and installation of new electrical equipment pads. Also included in this project is installation of approximately 13,800 feet of new concrete encased duct banks and 39 new electrical manholes. There may be options which if exercised will extend similar electrical repair and site work. The following is a listing of pertinent procurement information. The order of magnitude for this procurement is between $1,000,000 and $5,000,000. Duration of the project is 400 calendar days after Notice to proceed (NTP). North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237130 with a small business size standard of $33.5 Million dollars in average annual receipts. The National Aeronautics and Space administration (NASA) Dryden Flight Research Center (DFRC) is seeking capability statements from all interested parties, including small, small disadvantaged (SDB), 8(a), Woman-Owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Repair of Electrical DistributionSystems Phase 8 at the NASA/Dryden Flight Research Center, Edwards, CA. The Government reserves the right consider a Small, 8(a), Woman-owned (WOSB), Service disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the capabilities necessary to meet or exceed the stated requirement should submit a capability statement of five (5) pages or less indicating the ability to perform all aspects of the efforts described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and current phone number). This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Corey Porter no later than 6 Dec 2012. Please reference 4200458322 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/4200458322/listing.html)
 
Record
SN02935172-W 20121122/121120235154-61edd7b1cb39137b98dbeb4537e26836 (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.