Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SOLICITATION NOTICE

Z -- Replace Air Handling Units, Space Station Processing Facility (SSPF), Bid Package #5 (AHUs 21 & 23)

Notice Date
10/2/2017
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
80KSC018R0001
 
Archive Date
12/31/2017
 
Point of Contact
Randall A. Gumke, Phone: 3218673322, STEFANIA I. WANZIE, Phone: 3218674982
 
E-Mail Address
Randall.A.Gumke@NASA.gov, STEFANIA.I.WANZIE@NASA.GOV
(Randall.A.Gumke@NASA.gov, STEFANIA.I.WANZIE@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 NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for 80KSC018R0001 Replace Air Handling Units, Space Station Processing Facility (SSPF), Bid Package #5 (AHUs 21 & 23), John F. Kennedy Space Center, Florida. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The primary task of the construction firm will be replacing indoor air handling units (AHUs) # 21 and # 23 with new custom fabricated fan-wall style AHUs, including all associated mechanical (piping and ductwork), electrical, and controls work, in the Kennedy Space Center Space Station Processing Facility (SSPF). The replacement fan-wall AHUs # 21 and # 23 will be inserted in the same place as the existing units, requiring careful selective demolition. The replacement AHUs will service a 100K clean-work high bay area and special care will needed to be taken during the delivery, storage and connection of the new units to minimize particulate contamination. Control system work will involve connections into an existing Andover control network. Fire protection and fire alarm work will require selective removal and reinstallation of existing duct smoke detectors, as well as localized testing of affected components. This facility will be fully occupied while work is to be completed. A list of tasks associated with the proposed work includes, but is not limited to, the following: 1. The replacement of two chilled water air handler units and their associated HEPA filters. The existing two AHUs will be demolished, with the exception of the duct hardware. 2. The air handler units shall be replaced with units with equivalent capacities. 3. Duct, piping, insulation, power, fire alarm, and controls work will be required to integrate the air handler units into the existing system. 4. Duct work is fabricated in accordance with SMACNA standards. Duct smoke detectors are wired in accordance with Division 28 specifications. Controls wiring is done in accordance with Division 26 specifications. 5. A cleanliness quality assurance plan shall be developed by the Contractor and approved by NASA. The cleanliness quality assurance plan shall address how the Contractor will maintain cleanliness of the 100K air conditioning system during demolition and construction. 6. This project shall have two phases of construction. The NAICS code for this procurement is 238220 with a small business size standard of $15M. The effort will include the following tasks and additive: Task 1 - SSPF AHU Replacement, Bid Package #5 (AHUs 21 & 23) Additive 1 - Provide new HEPA filters for AHU 21 & 22 Each task and additive shall be bid separately. The Performance Period including all tasks and options shall be completed in 250 calendar days after notice to proceed. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: The total estimated cost of this project is in the estimated construction contract price range of between $500,000 and $1,000,000. The anticipated release date of the RFP is mid to late October or early November with an anticipated offer closing date of late November or early December. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled early to mid-November. Prime contractors will be limited on the number of personnel in attendance. Specifications and Drawings have an Export Determination of EAR 99 and are considered controlled documents. Therefore, download of documents won't be permitted until requesters have been cleared through Defense Logistics Information Service (DLIS). Please begin FedBizOps registration immediately since clearance could take a couple of weeks. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement shall be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities page is https://procurement.ksc.nasa.gov/procure/ciao.htm Prospective offerors are encouraged to register their intent to submit an offer on www.fedbizopps.gov. Search for the solicitation number and then select "Add Me To Interested Vendors." It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted by email. Telephone questions will not be accepted. Point of Contact Name: Randall Gumke Title: Contracting Officer Phone: 321-867-3322 Fax: 321-867-1166 Email: randall.a.gumke@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC018R0001/listing.html)
 
Record
SN04703601-W 20171004/171002231517-52561b78f56e4af9e5ec45b110869b9d (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.