Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

Y -- Upgrade Liquid Hydrogen (LH2) System, Launch Complex 39B

Notice Date
3/7/2018
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
80KSC018R0016
 
Point of Contact
Tyrone J. Frey, Phone: 3218679162, Lori Jones, Phone: 3218614657
 
E-Mail Address
tyrone.j.frey@nasa.gov, lori.n.jones@nasa.gov
(tyrone.j.frey@nasa.gov, lori.n.jones@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for 80KSC018R0016 Upgrade Liquid Hydrogen (LH2) System, John F. Kennedy Space Center, Florida. The work includes but is not limited to the following: This project involves the upgrade of the Launch Complex (LC) 39B liquid hydrogen (LH2) system to increase storage capacity. The upgrade includes the provision and integration into the existing LC 39B LH2 system of a new LH2 storage sphere (minimum1.25 million usable gallons), associated vaporizers, flare stack and propane system, fill manifold, piping, valves, and controls. The project will include providing new, or modifying existing infrastructure, subsystems,and appurtenances required to support the upgraded system. These include, but are not limited to, modifications to the project site to support the new equipment, construction of a new electrical equipment building, modifications to existing power, communications, pneumatics, water, monitoring and control, fire suppression, and fire detection systems. The modifications may also include, as options providing a heat exchanger for a helium refrigeration system inside the LH2 storage sphere, and associated helium refrigeration equipment, new equipment building, utilities, and infrastructure. All equipment will be installed at KSC Facility J7-337 (Launch Pad 39B). This Launch Complex will be engaged in the preparation, processing and launch of the first Space Launch Systems (SLS) vehicle and undergoing other construction modifications concurrent with the performance of this construction project. Close coordination with the Government's team and other contractors will be required. Specifically, this project consists of, but is not limited to: A. Design, fabrication, erection, testing, and certification of a new spherical, vacuum jacketed dewar capable of storage of a minimum 1.25 million usable gallons of liquid hydrogen (LH2). Insulation in the annular space will be perlite or glass microspheres. The new storage vessel will be equipped with top circular handrail, access platform, and stairs from grade. The inner sphere shall be designated with an ASME Boiler and Pressure Vessel Code (BPVC) Section VIII U-stamp and registered with the national board upon construction completion. An option for the installation of a heat exchanger inside the dewar as part of a helium refrigeration system. B. Installation of a new flare stack. C. Installation of new vaporizers. D. Fabrication and installation of stainless steel and Invar, vacuum-jacketed and nonvacuum-jacketed LH2 piping to interconnect the new LH2 system components, and connect to the existing LH2 system. Piping shall comply with ASME B31.3, Process Piping. E. Installation of new valves for the new LH2 system piping. Valves shall comply with the requirements of ASME B31.3, Process Piping. F. Construction of new pre-fabricated building(s) to house new equipment associated with the upgraded LH2 system. G. Installation of both government-furnished and contractor-furnished electrical equipment, control panels, and cabinets. H. Fabrication and installation of new cabling. I. Fabrication and installation of new pneumatics panels, tubing, and controls. J. Modifications to utility and infrastructure systems, e.g. 60 Hz power, potable water, fire suppression, fire detection, communications, etc. K. Civil and structural work associated with system upgrades. L. Pipe stress/flexibility, heat transfer and fluid flow analyses associated with system upgrades. M. A potential option for installation of helium refrigeration system equipment, associated utilities and infrastructure, e.g. new equipment building, 60 Hz power, fire suppression, etc. The Magnitude of the construction contract price is estimated at more than $10,000,000. The anticipated release date of the RFP is early April anticipated offer closing date of early June. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled. Prime contractors will be limited on the number of personnel in attendance. 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 to the POC below. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC018R0016/listing.html)
 
Place of Performance
Address: John F. Kennedy Space Center, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04846427-W 20180309/180307231828-e42f57fc992db41390b3c343b3db0086 (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.