The RFP Database
New business relationships start here

Modifications to Converter Compressor Facility for SLS Block 1, Phase 1


Florida, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1


Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899


Description

SOURCES SOUGHT NOTICE
Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1

INTRODUCTION
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 (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 Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1 at Kennedy Space Center, Florida 32899. 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.

The North American Industry Classification System (NAICS) code for this procurement is 236210 Industrial Building Construction with a size standard of $36.5 million.

Estimated award date for this contract is April 2020, with a project period of performance of approximately 365 calendar days. Estimated award amount is between $5,000,000 and $10,000,000.

SCOPE OF WORK
All work will be performed at the Converter Compressor Facility (CCF), K7-0468. Where used below, "removal" means selective demolition and potential storage of items removed, "replacement" means installation of new components/systems, and "reinstallation" means reuse of existing equipment removed in a new configuration, as specified in contract documents to later be formally solicited.


The work includes, but is not limited to, the following:


A. General renovation of the existing CCF including removal and replacement of facility roofing system, removal and replacement of an acoustic ceiling tile system, architectural modifications to existing shop and office areas, civil site work for new utilities installation, structural modifications for an expanded safe room, potable water and plumbing modifications, modifications to medium and low voltage electrical power systems, removal and replacement of lighting systems, addition of a lightning protection system, replacement of HVAC equipment and duct work throughout the facility, installation of a new fire suppression system, and removal and replacement of a fire alarm system.


B. Modifications and upgrades to the existing Liquid Helium (LHe) Transfer Area and Valve Yard including removal and relocation of gas bag trailers, removal and reinstallation of existing LHe dewars (includes temporary storage), removal of LHe transfer cryogenic process piping, removal of Gaseous He (GHe) process piping, civil and structural modifications to existing concrete pads, installation of an exterior covered walkway and canopy system over LHe pumps provided by others, procurement and installation of large LHe vaporizers, installation of new LHe cryogenic process piping, and installation of new GHe process piping to new and existing equipment/supply lines. Systems must comply with applicable ASME Code references specified.


C. Installation of a new Ground Support Pneumatics (GSPN) console including installation of control console computers and monitors in the new control room portion of the facility safe area, installation of PLCs at locations around the CCF, installation of equipment racks at locations around the CCF, installation of control and power wiring, installation of gas analyzer equipment, installation of sensing devices, connection to PLCs for the LHe pumps provided by others, and programming, GUI development, and testing of the GSPN console and all field equipment prior to implementation in production service. The existing GSPN console equipment must remain in service, connected to end item equipment, powered, air conditioned, accessible, and protected from the construction environment (i.e. dust, noise, etc.).


D. Existing equipment, components, assemblies, etc., that must be removed and replaced/reinstalled known to have coatings containing or are partially comprised of asbestos, heavy metals, and/or PCBs. Abatement procedures will be required for certain construction activities.


This project includes working in a fully operational facility that cannot have any significant duration of downtime without substantial coordination around launch and launch vehicle processing schedules. The CCF must remain operational with operations personnel able to perform work related to the existing GSPN console, existing GHe compressors and scavenger compressors, and existing LHe pump and vaporizer (temporary installation by others) as required to perform launch and launch vehicle processing operations at locations it supplies with GHe. Phasing of work around daily operations of the CCF is critical to the success of the project. Daily coordination with operations personnel for outages and work in different areas will be required to keep the CCF operational and perform the work specified.


CAPABILITY STATEMENT
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 statement demonstrating ability to perform the services listed above.
The capability package shall be no more than ten (10) pages in length and printed in not smaller than 12 point type.

The capabilities statement will consist of a:

1 page cover sheet referencing Source Sought Notice "NNK20ZCS001L", Capabilities Statement - "Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1".

And;

The remaining nine (9) pages discussing the following:

1. Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number).


2. Business size and number of employees. Specifically state whether your firm is a large or small business under NAICS Code 236210. 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, an economically disadvantaged woman-owned small business, or an 8(a) small business.


3. Financial Capability - Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, and the firm's average annual revenue for the past three (3) years.


4. Experience - Provide the number of years in business and listing of relevant work performed in the previous five (5) years. For each example of relevant experience, identify whether it is a contract as prime contractor, task order within a larger contract as prime contractor, or a subcontract to a prime contractor. For each example of relevant experience, identify the start date, completion date (or ongoing), and the contract, task order, or subcontract value, as applicable. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following:


a. Experience with installation, cleaning, and testing of heat exchangers and/or pressure vessels complying with ASME Section VIII Division 1 and U-stamped.


b. Experience with design, fabrication, installation, cleaning, and testing of high pressure (6,000 to 10,000 PSIG) process piping systems complying with ASME B31.3.


c. Experience with design, fabrication, installation, and testing of single-walled cryogenic process piping systems complying with ASME B31.3 severe cyclic service requirements.


d. Experience with coordination with other contractors doing other ongoing projects in the same facility or work areas.


e. Experience with performance of project work scope safely and successfully inside of an operational facility where operations have to continue uninterrupted thru the duration of the project.


f. Experience with electrical system modification inside of an operational facility and coordination with plant operators to schedule the work so it does not impact operations.


g. Experience with selective demolition of large mechanical equipment, control system instrumentation, and structural members.


h. Experience with preparation of computer generated engineering shop drawings and as-built documentation including control panel assembly drawings, end-to-end wiring diagrams, network diagrams, control system diagrams, programmable logic controller (PLC) programs with comments and operations and maintenance (O&M) manuals.


i. Projects involving the need to plan, manage, and execute high quality work to meet critical schedule milestones/requirements.


Remaining pages can be used to further elaborate on experience.


Capability packages must be submitted electronically, via e-mail, to Anthony Caruvana, NASA Contract Specialist, at the following email address: anthony.m.caruvana@nasa.gov on or before October 23, 2019. 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. 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.

DISCLAIMER:
This Sources Sought Notice 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. Respondents will not be notified of the results of the evaluation.

No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in 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). It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.

Failure to respond to this notice does not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.


 


Anthony M. Caruvana, Contracting Officer, Phone 3218673464, Email anthony.m.caruvana@nasa.gov - Randall A. Gumke, Contracting Officer, Phone 3218673322, Email Randall.A.Gumke@NASA.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP