Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOURCES SOUGHT

Z -- REPAIR ELECTRICAL SUBSTATION NO. 3

Notice Date
9/18/2014
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Edwards, CA93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
42005444XX
 
Response Due
10/3/2014
 
Archive Date
9/18/2015
 
Point of Contact
James M. Hillman, Contracting Officer, Phone 661-276-2457, Fax 661-276-2292, Email James.M.Hillman@nasa.gov - Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
 
E-Mail Address
James M. Hillman
(James.M.Hillman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/AFRC is hereby soliciting information about potential sources for the following effort. The work to be performed under this project consists of providing the labor, equipment, and materials to perform repair Electrical Substation #3 for the National Aeronautics and Space Administration at the Neil A. Armstrong Flight Research Center (NASA/AFRC), Edwards, California 93523. a. Civil work includes installing new concrete pavement and equipment pads at Substation #3. Existing asphalt pavement will be sawcut and demolished to make way for the new concrete and pads. A portion of the existing chain link fencing will be demolished. New chain link fencing with barbed wire will be installed. b. The Structural scope includes new bracing and reinforcement of an existing equipment platform following partial demolition of the platform and supporting columns and braces. Construction and bracing of a new egress catwalk and stairs. Construction of equipment pads and engineering of anchorage for equipment. c. The Architectural scope includes demolition of the existing equipment platform above the substation equipment, to be replaced with egress catwalk and stairs to the outside of the equipment enclosure. d. The Electrical scope includes replacement of ten (10EA) existing secondary substation units with similar equipment supplying sufficient power distribution system capacity to serve existing test equipment and building loads. Replacement units to have enclosed (walk-in) 480V distribution section with rail supported breaker lifter, station transformer, 120V circuit breaker panel, lighting, and maintenance receptacles. Building 4820 general loads to be supplied by a dedicated secondary substation unit. New substation unit to be located within Substation #3 fenced yard, on building exterior. Three (3EA) 15KV sectionalizing switches are to be replaced with new 3-way, SF6 switches of comparable ratings. The National Aeronautics and Space Administration (NASA) AFRC 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 substaion #3. The Government reserves the right to 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 offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of [10] pages or less indicating the ability to perform all aspects of the effort 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 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 Jim Hillman no later than 03OCT14.Please reference 42005444XX in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/42005444XX/listing.html)
 
Record
SN03518041-W 20140920/140918235631-b59196385ef3b3a696054119201abcf3 (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.