Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOURCES SOUGHT

C -- FLUIDS SYSTEMS FOR FACILITIES AND GROUND SUPPORT

Notice Date
7/23/2014
 
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
NNK14SLW03
 
Response Due
8/8/2014
 
Archive Date
7/23/2015
 
Point of Contact
Sharon L. White, Contracting Officer, Phone 321-867-7230, Fax 321-867-1166, Email Sharon.White-1@ksc.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
Sharon L. White
(Sharon.White-1@ksc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged Businesses (SDB), 8(a), Woman-owned Small Businesses (WOSB), Economically Disadvantaged Woman Owned Small Businesses, Veteran Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (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 design and other professional services necessary to rehabilitate, modernize, and/or develop new fluidssystems for facilities, equipment and/or ground support systems (GSS) at Kennedy Space Center (KSC), Florida, other NASA Centers, Cape Canaveral Air Force Station, Florida, and Vandenberg Air Force Base, California. The Government reserves the right to consider a Small, 8(a), WOSB, EDWOSB, SDVOSB, or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this effort is 541330, Engineering Services, and the small business size standard is $15 million. KSC is contemplating awarding two indefinite-delivery indefinite-quantity contracts with a five year ordering period valued at approximately $15M. SCOPE OF WORK These contracts will involve essential and substantial effort in fluid systems for facilities, ground support systems as defined in KSC-DE-512-SM, Facility Systems, Ground Support Systems, and Ground Support Equipment General Design Requirements and flight equipment (which can be researched at the following address) https://standards.nas a.gov/documents/viewdoc/3314964/3314964 The professional services required for this project will include, but not be limited to, conducting field investigations and surveys, preparing engineering reports with recommended actions, preparing trade studies, environmental permitting support, preparing final designs suitable for competitive bidding, and providing site inspection and engineering support during fabrication and/or construction. All design packages prepared by the Architect and Engineering (A&E) firm(s) shall utilize computer aided design and analysis, SpecsIntact (SI) specifications, and include detailed cost estimates. For design of ground support equipment, the A&E design package will be expected to comply with the latest version of KSC-DE-512-SM. The A&E firms approved designs will typically be utilized for the advertising and award of fixed price fabrication and construction contracts; however alternative procurement techniques may be utilized. The A&E firm(s) will also be required to perform alternative studies including cost-benefit analysis and life cycle costing; study or report compilation; parametric cost estimating; detailed take-off cost estimating and subsequent analysis of estimating performance against bids received. The A&E firm(s), to include potential contractor teaming arrangements, will be required to have the capacity to provide all personnel to perform all the work tasks identified in this synopsis and the capacity to work multiple projects at the same time. The A&E firm's staffing for this contract must include, as a minimum, registered professional engineers and specialists who have demonstrated specialized experience in specialized fluids, mechanical, propulsion, and chemical engineering. Specialists must also be available to perform any ancillary design work related to the fluids projects. The A&E firms staffing must also include registered professionals and specialists who have demonstrated experience in multi-discipline design including architectural, electrical, instrumentation controls, software, fire protection, communications, structural and propellant system design. For state-regulated permits, the A&E shall have staff with professional engineering licenses in the State of Florida. CAPABILITY STATEMENTS It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities package demonstrating ability to perform the services listed above. The capability package shall be no more than four (4) pages in length and printed in not smaller than 12 point type. The capability package shall reference this Sources Sought Synopsis and be titled: NNK14SLW03 Fluid Systems design and other professional services necessary to rehabilitate, modernize, and/or develop new fluid systems for facilities and ground support systems at Kennedy Space Center (KSC), Florida, other NASA Centers, Cape Canaveral Air Force Station, Florida, and Vandenberg Air Force Base, California.. The capability package shall include, as a minimum, the following: 1. Company name, DUNS number; address, and a primary point of contact (E-mail address and phone number). 2. Specifically state whether your firm is a large or small business in NAICS Code 541330. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, a woman owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business. 3. Company profile including: annual revenue history demonstrating financial stability, office location(s), a staffing plan demonstrating the ability to retain existing staff and hire/acquire qualified personnel, and a demonstration of the firms ability to provide continuity of operations at the beginning and the end of a contract. 4. Provide the number of years in business and a summary of prior and current relevant experience within the last five (5) years. Relevant work for the purposes of this Notice is defined as, but not limited to, the following: Specialized experience in engineering analysis and design, with emphasis on ordinary and complex fluid systems and equipment such as pressure vessel and system certification, oxygen compatibility assessments of Liquid Oxygen (LO2) and Gaseous Oxygen (GO2) systems, and design of ordinary and complex instrumentation control, software systems and equipment such as propellant systems, systems for storage and distribution/transfer of Hypergols, Pneumatics, Hydrocarbons, and specialty chemicals. Also, specialized experience in engineering analysis of pneumatic systems, mechanical systems, electrical systems, environmental control systems, and systems for storage and distribution of cryogens and gases (including high pressure gases). Specialized experience in multiple project phases: Planning and feasibility studies, Preliminary Engineering Reports, Final Design, Environmental Permitting, Construction, and Activation/ Commissioning. Specialized experience performing alternative studies: Including cost-benefit analysis and life cycle costing; study or report compilation; parametric cost estimating; detailed take-off cost estimating and subsequent performance against bids received. Capability packages must be submitted electronically, via e-mail, to Sharon White, NASA Contracting Officer, at the following email address: Sharon.L.White.nasa.gov on or before August 08, 2014. NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth, and relevancy of experience as it relates to the work described above. DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled Request for Information or Solicitation for Planning Purposes. It does 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 this Notice, nor will the Government reimburse an Offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Website, FedBizOpps, ( https://www.fbo.gov/ ) and on the NASA Acquisition Internet Services, NAIS, ( http://prod.nais.nasa.gov/cgi-bin /nais/index.cgi ). Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis. Failure to respond to this notice will not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA. Telephone calls will not be accepted. Points of Contact Name:Sharon White Title:NASA Contracting Officer Phone:321-867-7230 Fax:321-867-1166 Email:Sharon.L.White@nasa.gov Name:Sherry Gasaway Title:NASA Contracting Officer Phone:321-867-5294 Fax:321-867-1166 Email:Sherry.L.Gasaway@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK14SLW03/listing.html)
 
Record
SN03434993-W 20140725/140723235519-739584b3db972a6acef5b6063ce9d96c (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.