The RFP Database
New business relationships start here

SPACE STATION PROCESSING FACILITY LAB CONVERSION


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

SSPF Lab Conversion
Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description SOURCES SOUGHT NOTICE Space Station Processing Facility (SSPF) Lab Conversion 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 Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Space Station Processing Facility (SSPF) Lab Conversion project 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 236220, titled Commercial and Institutional Building Construction, with a size standard of $36.5 million.
Estimated award date for this contract is May - July 2015, with a project period of performance of approximately 175 calendar days. Estimated award amount is between $500,000 and $1,000,000 and is intended to be awarded to one company as a firm-fixed price contract.
SCOPE OF WORK
The work for this project includes but is not limited to the following activities at the SSPF tech shop:
Converting the 2,760 square foot SSPF tech shop into a laboratory facility. The tech shop is a separate building that is attached to the SSPF and is fully enclosed and environmentally controlled. Renovations will include modifying the tech shop into three separate spaces consisting of one hardware lab and two science labs. The three lab spaces will total approximately 1,909 square feet with the remaining space left over for corridors, restroom, janitors closet, and a storage room.
A new DX unit will be installed with a separate HEPA filtration box. Each lab will be provided with a variable air volume box with an electric heating coil and room mounted thermostat. These systems will be controlled by a building automation system that is subsequently tied into the KSC center-wide monitoring system.
New electrical panel boards will be installed in the labs to serve the outlets and equipment. New fluorescent lighting fixtures will be installed with dual-switching for high/low levels. New ceiling mounted speakers will be installed in the labs corridors and wired to the existing system terminals.
Modifications to the existing potable water system will be necessary to provide service to the new restroom, janitors closet, safety stations, and lab sinks.    Electric point of use water heaters located throughout the facility will provide the hot water. A new drain, waste and vent system will also be installed.
The exterior walls are comprised of a metal wall panel system.    The only modifications to these walls will include the removal of the existing overhead coiling door and replacing that space with new metal wall panels.
The existing fire sprinkler system consists of exposed piping and fire sprinklers at the roof level. This system will be modified to install new piping above the new drop ceilings and new fire sprinkler at the ceiling level supplied by the existing riser and remove the current piping and sprinklers. Existing fire alarm pull stations and bell/strobes will be removed, relocated and added per code.
The scope of work includes civil, architectural, mechanical, electrical, plumbing, and fire protection disciplines.
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 statement shall be no more than ten (10) pages in length and printed in not smaller than 12 point type. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least a one inch margin on all sides. The submission may be submitted on single or double sided sheets, but shall not exceed the 10 page limitation. Each 8-1/2 inch x 11 inch page will be considered 1 page when printed on one side and considered 2 pages when printed on both sides.
The capabilities statement will consist of as a minimum, the following:
1 page cover sheet referencing Source Sought Notice NNK15GUMKE_SSPF_Lab_Conv, Capabilities Statement SSPF Lab Conversion.
And;
4 pages discussing:
1. Company Name, DUNS Number, Address, and Primary Point of Contact (E-mail address and phone number).
2. Business size and number of employees. Specifically state whether your company is a large or small business in NAICS Code 236220. 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 indicating your companys single and aggregate bonding capability. Provide the most current Balance Sheet and Income Statement, and the companys average annual revenue for the past 3 years.
4. Experience Provide the number of years in business and summary of relevant work performed in the previous 5 years. Construction experience of similar projects in size, scope, complexity, and dollar amount are considered relevant. Provide a brief description of each project to include: project title, dollar value of work performed, point of contact to include phone number and email address, indicate if you were the prime or a subcontractor and if you were a subcontractor include the percentage of self-performed work.
Relevant experience for the purposes of this Notice can be defined as, but not limited to, the following:
a. The contractor shall have demonstrated experience with HVAC installation and automation.
b. The contractor shall have demonstrated experience with the renovation and set-up of clean working area labs, including electrical and water installations.
Remaining pages can be used to further elaborate on experience or testing lab information.
Capability statements must be submitted electronically, via e-mail, to Randall Gumke, NASA Contract Specialist, at the following email address: randall.a.gumke@nasa.gov no later than 4PM EDT on March 13, 2015 and in the subject line state SSPF Lab Conversion and [Company Name].    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 offerors 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.

Randall Gumke, Contract Specialist, Phone 321-867-3322, Fax 321-867-1166, Email randall.a.gumke@nasa.gov - Robert J Glanowski, Contract Specialist, Phone 321-867-7345, Fax 321-867-1166, Email robert.glanowski@nasa.gov

Randall Gumke

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP