Search Contract Opportunities

Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1, John F. Kennedy Space Center, Florida   3

ID: 80KSC020R0001 • Type: Presolicitation
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

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 80KSC0-20-R-0001, Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1, John F. Kennedy Space Center, Florida.

THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO:

Modify the Converter Compressor Facility (CCF) for SLS Block 1B, Phase 1.

A list of tasks associated with the proposed 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.

The NAICS code for this procurement is 236210 with a small business size standard of $39.5M.

The effort will include the following tasks.

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

Each task shall be bid separately. The Performance Period including all tasks shall be completed in 615 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 cost of the construction contract price is estimated at more than $10,000,000.

The anticipated release date of the RFP is mid to late December with an anticipated offer closing date of mid to late January. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled early to mid-January. 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 beta.SAM.gov registration immediately since clearance could take a couple of weeks.

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.

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.

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.

Overview

Response Deadline
Dec. 3, 2019, 8:00 a.m. EST Past Due
Posted
Nov. 18, 2019, 11:35 a.m. EST
Set Aside
None
Place of Performance
FL United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
52%
On 11/18/19 Kennedy Space Center issued Presolicitation 80KSC020R0001 for Modifications to the Converter Compressor Facility for SLS Block 1B, Phase 1, John F. Kennedy Space Center, Florida due 12/3/19. The opportunity was issued full & open with NAICS 236210 and PSC Y1EZ.
Primary Contact
Name
Anthony M. Caruvana   Profile
Phone
(321) 867-3464
Fax
(321) 867-1141

Secondary Contact

Name
C. M. Julius Williams   Profile
Phone
(321) 861-2661
Fax
321 867-1141

Documents

Posted documents for Presolicitation 80KSC020R0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation 80KSC020R0001

Award Notifications

Agency published notification of awards for Presolicitation 80KSC020R0001

Contract Awards

Prime contracts awarded through Presolicitation 80KSC020R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 80KSC020R0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 80KSC020R0001

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
Dec. 18, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 18, 2019