Search Contract Opportunities

Mobile Launcher 1 Modifications and Emergency Egress System Installation for Artemis II   3

ID: 80KSC021R0022 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by Defense Logistics Agency (DLA) Joint Certification Program (JCP).

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 DLA JCP.

Please begin DLA registration immediately since clearance could take a couple of weeks. All contractors interested in receiving drawings and specifications for this project will have to ensure they have been screened by the DLA JCP by completing a DD Form 2345. To complete the DD Form 2345, go to the website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx. This process does take time and the Government encourages contractors to start as soon as possible.

If a contractor has been previously screened by DLA they can verify if their status is still active by utilizing their cage code at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx

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 80KSC021R0022, Mobile Launcher (ML-1) Modifications and Emergency Egress System Installation for Artemis II, PCN 98967.

THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: Modify ML-1.

The task associated with the proposed work includes, but is not limited to, the following:

Structural modifications to ML-1 to add platforms for the emergency egress system, adding ground cooling systems, relocating a rest room, adding fire detection systems, modifying the fire suppression systems, camera systems, and other facility systems, and building and installing new cables that are potted and molded for several critical systems including the launch release system, hazardous gas detection system in order to safely launch astronauts for Artemis II. The scope also includes all other incidental related work.

The North American Industry Classification System (NAICS) code for this procurement is:

238120 Structural Steel and Precast Concrete Contractors, with a size standard of $16.5 million.

The effort will include the following tasks:

Task 1: ML-1 Modifications for Artemis II, with Segment 2 work being performed in 150 days.

Task 1A: Accelerate Task 1 Segment 2 work; being performed in 120 days.

Task 2: Launch Pad 39B Emergency Egress System (EES) for Space Launch Systems (SLS) Vehicles EES Installation for ML-1, with Segment 2 work being performed in 150 days.

Task 2A: Accelerate Task 2 Segment 2 work; being performed in 120 days.

Option 1: Correcting the existing Fire Suppression, pre-action system in Zone 3 of ML-1.

Each task must be bid separately.

The performance period for Task 1 (all work segments except segment 2 work) and Task 2 (all work segments except segment 2 work), Pre-Artemis I launch work, as defined in the contract drawings and specifications, must be completed in its entirety prior to October 2021; AND Task 1 (segment 2 work) and Task 2 (segment 2 work), Post-Artemis I launch work, as defined in the contract drawings and specifications, must be completed in its entirety prior to 150 days after the Post Artemis I notice to proceed. If implemented, Tasks 1A (segment 2 work) and 2A (segment 2 work), Post Artemis 1 launch work, as defined in the contract drawings and specifications, must accelerate completion in its entirety prior to 120 days after the Post Artemis I notice to proceed. Option 1 work, as defined in the contract drawings and specifications, must be completed in its entirety prior to June 2022.

In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range of the construction contract price is greater than $10,000,000.

The anticipated release date of the RFP is mid to late March 2021 with an anticipated offer closing date of late April 2021. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled in April 2021. Contractors will be limited on the number of personnel in attendance.

One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

This requirement shall be unrestricted. All responsible sources may submit a proposal which shall be considered by the agency.

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.

Prospective offerors are encouraged to register their intent to submit an offer on https://beta.sam.gov. Search for the solicitation number and then follow the instructions in Beta.SAM.gov to add your name to the Interested Vendor's List. 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.

Primary Point of Contact:

Name: C. M. Julius Williams

Title: Contracting Officer

Phone: 321-861-2661

Fax: 321-867-1141

Email: christopher.m.williams@nasa.gov

Additional Point of Contact:

Name: Anthony M. Caruvana

Title: Contracting Officer

Phone: 321-867-3464

Fax: 321-867-1141

Email: anthony.m.caruvana@nasa.gov

Overview

Response Deadline
March 12, 2021, 1:00 p.m. EST Past Due
Posted
Feb. 23, 2021, 11:30 a.m. EST
Set Aside
None
Place of Performance
FL 32899 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
52%
On 2/23/21 Kennedy Space Center issued Presolicitation 80KSC021R0022 for Mobile Launcher 1 Modifications and Emergency Egress System Installation for Artemis II due 3/12/21. The opportunity was issued full & open with NAICS 238120 and PSC Z2PZ.
Primary Contact
Name
C. M. Julius Williams   Profile
Phone
(321) 861-2661
Fax
(321) 867-1141

Secondary Contact

Name
Anthony M. Caruvana   Profile
Phone
(321) 867-3464
Fax
3218671141

Documents

Posted documents for Presolicitation 80KSC021R0022

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 80KSC021R0022

Contract Awards

Prime contracts awarded through Presolicitation 80KSC021R0022

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 80KSC021R0022

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 80KSC021R0022

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA KENNEDY SPACE CENTER
FPDS Organization Code
8000-KSC00
Source Organization Code
100170445
Last Updated
April 10, 2021
Last Updated By
christopher.m.williams@nasa.gov
Archive Date
April 10, 2021