NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Costs
Summary
Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca)
Description
Sources Sought Notice – Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca) nasa/ John F. Kennedy Space Center (ksc) Is Hereby Soliciting Information From Potential Sources For Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca). the National Aeronautics And Space Administration (nasa) Ksc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small 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 Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca). The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service-disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. the North American Industry Classification System (naics) Code For This Procurement Is 236220-14, Clean Rooms-installation & Equipment With A Small Business Size Standard Of $45 Million. Clean Rooms-installation & Equipment Is A Specialized Industry That Involves The Construction And Installation Of Clean Rooms In Commercial And Institutional Buildings. Clean Rooms Are Designed To Maintain A Controlled Environment With Low Levels Of Pollutants Such As Dust, Airborne Microbes, Aerosol Particles, And Chemical Vapors. These Rooms Are Used In A Variety Of Industries Such As Pharmaceuticals, Biotechnology, Electronics, And Aerospace, Where The Manufacturing Process Requires A Sterile Environment. The Installation Of Clean Rooms Involves The Use Of Specialized Equipment And Materials To Ensure That The Room Meets The Required Standards. scope Of Work the Project Involves Phased Construction To Maintain Continued Operation Of The Multiple Shift Cleanroom Activities Within The Existing Crca Facility. The Project Is Focused On Accomplishing Three Main Objectives: 1) Renovation Of An Existing Metal Building To Accommodate New Use For Shipping & Receiving. 2) Renovation Of The Existing Shipping & Receiving Area To Convert The Space Into A New 2,400 Square Foot Clean Room. 3) Renovations To The Existing 4,000 Square Foot Clean Room Will Begin Once The New Clean Room Is Operational. the Renovations Of The Existing Metal Building Include Minor Architectural Work, New Electrical And Telecommunications Outlets To Accommodate User Workstations, A New Hvac System, And Reuse Of Existing Fire Protection And Fire Alarm Systems. the Renovations Of The Existing Shipping & Receiving Area Involve The Creation Of New Iso 5 And Iso 6 Clean Room Areas With Air Shower And Gowning Vestibule, New Hvac System Utilizing An Integrated Air Plenum/ceiling System With Hepa Filtration, Plenum Fans, Fire Protection Sprinklers, And Lighting. The Work Includes A New Structural Support System To Suspend The New Clean Room Plenum From New Columns With New Footings. Utility Services For The Clean Room Area Are To Be Extended From Existing Systems Originating From Other Areas Of The Building, Including New Power Distribution, Piped Solvent Fluid, High Pressure Gaseous Nitrogen 15,000 Psig And 8,600 Psig, Gaseous Helium 15,000 Psig, And Demineralized Water. New Spaces To Support The Clean Room Include Storage Areas And A New Mechanical Room Housing Air Handling Equipment, Process Waste Sump, And Electrical Panels. The Mechanical Room Includes A Staircase With Access To A Walkable Mezzanine Area Above The Clean Room, Utilizing The New Plenum Structural System. The New Iso 5 And Iso 6 Clean Room Areas Will Need To Be Certified For Iso 14644 Operating Standard And Meet Nasa Specific Requirements For Cleanroom Operation Handling Spacecraft Hardware. the Renovations To The Existing Iso 5 And Iso 6 Clean Room Areas Mainly Include Demolition Of The Current Hepa Ceiling System, Lighting, And Fire Sprinklers Along With Installation Of A New Ceiling System With New Hepa Filtration, New Lighting, New Fire Sprinklers And New Support Hangers. The Existing Clean Room Hvac System Above The Pressurized Plenum Will Remain. Other Work Includes Cleaning Below The Existing Raised Floor, And Modifications To The Existing Control System. The Existing Fire Alarm Control Panel For The Crca Is Obsolete And Must Be Replaced In Order To Interconnect With New Fire Alarm Devices In The Areas Of Renovation. The Clean Room Will Require Re-certification At The Specified Iso Levels. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Having The Required Capabilities Necessary To Meet The Above Requirement Described Herein Should Submit A Capability Statement Of No More Than Ten Pages Indicating The Ability To Perform All Aspects Of The Effort. the Capabilities Statement Package Must Include, As A Minimum The Following: a One-page Cover Sheet Referencing Source Sought Notice “80ksc025zcs003l” Capabilities Statement – “upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca)” At Kennedy Space Center, Florida 32899. 1. Company Name, Unique Entity Id, Cage Code, Address, Description Of Principal Business Activity, And Primary Point Of Contact (e-mail Address And Phone Number). 2. Provide Your Firm’s Number Of Employees And State Whether Your Firm Is A Large Or Small Business In Naics Code 236220-14. State Your Firm’s Principal Business Activity; And Specifically Identify If You Are A Vosb, Wosb, Hubzone Small Business, Or An 8(a) Small Business. 3. Financial Capability – Provide Bonding Capacity Of Your Firm, A Copy Of The Most Current Balance Sheet And Income Statement, And The Firm’s Average Annual Revenue For The Past 3 Years. 4. Experience – Provide The Number Of Years In Business And Listing Of Relevant Work Performed In The Previous 5 Years. For Each Example Of Relevant Experience, Identify Whether It Is A Contract As A 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. Please Provide A Point Of Contact Name, Email Address And Phone Number. Relevant Work For The Purposes Of This Notice Can Be Defined As, But Not Limited To, The Following: A. The Contractor Must Have Demonstrated Clean Room Renovation And/or New Clean Room Construction Experience With The Procurement, Installation, Activation, Testing, And (re)certification Of Iso 5 Systems Or Higher. I. Identify If You Were The Prime Contractor Directly Self-performing The Work, A Subcontractor Directly Performing The Work, Or Serving As The Prime Contractor With A Subcontractor Performing The Work. B. Contractor Must Have Demonstrated Experience Implementing And Testing Plumbing System And High-pressure Piping Systems Which Complies With Asme B31.3 Process Piping Standard. This Project Will Have Various Gasses From High Pressure Helium And Nitrogen, Ranging From 15,000 Psig To 350 Psig, Which Will Require Pressure Vessel System Certification. C. The Contractor Must Have Demonstrated Electrical System Construction Experience With The Procurement, Installation And Testing Of Electrical System Related To Hvac Equipment, 480/208 Volt Electrical Panels, And Powering Complex Lighting Systems As Those Found In Clean Room Ceiling Systems. D. The Contractor Must Have Demonstrated Hvac And Mechanical System Construction Experience With The Procurement, Installation And Testing Of Highly Environmentally (temperature, High/low Humidity) Controlled Areas And Complex Controls Systems As Those Used In Clean Rooms. E. The Contractor Must Have Demonstrated Experience Working With Existing Building Automation Systems Related To Cleanrooms Or Laboratory Controls, Which Included Interfacing The New Equipment Controls With Existing Legacy Controllers And Validating Successful Integration. F. The Contractor Must Have Demonstrated Fire Suppression And Fire Alarm Installation Experience In An Operational Facility, Which Involved Modifying Existing Systems, Including The Installation And Testing Of Fire Alarm Panels And Fire Alarm Field Devices. G. The Contractor Must Have Demonstrated Experience With Performance Of Projects In An Operational Facility Where Operations Must Continue Uninterrupted Thru The Duration Of The Project. H. The Contractor Must Have Demonstrated Experience With Preparation Of Computer-generated Engineering Shop Drawings, As-built Documentation, And Operations & Maintenance (o&m) Manuals. all Responses Shall Be Submitted Electronically Via Email To Randall Gumke, Lead Contracting Officer And Lacorsha Noel, Nasa Contracting Officer, At Email Addresses: Randall.a.gumke@nasa.gov And Lacorsha.d.noel@nasa.gov No Later Than 12:00 Pm Est On February 26, 2025. Please Reference 80ksc025zcs003l Or Upgrade Mechanical Systems At The Component Refurbishment And Chemical Analysis (crca) In Any Response. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. Respondents Deemed Fully Qualified Will Be Considered In Any Resultant Solicitation For The Requirement. note: If A Solicitation Is Issued, It Is Anticipated The Specifications And Drawings For This Project Will Have An Export Determination Of Ear 99 – Ear Controlled – Itar Controlled And Are Considered Controlled Documents. Therefore, Download Of Documents Won’t Be Permitted Until Requesters Have Been Cleared Through The Defense Logistics Information Service (dlis). Please Begin Dlis Registration Immediately Since Clearance Could Take A Couple Of Weeks. All Contractors Interested In Receiving Drawings And Specifications For This Project Must Ensure They Have Been Screened By The Defense Logistics Agency (dla) Joint Certification Program (jcp) By Completing A Dd Form 2345. To Complete The Dd Form 2345, Go To The Website Https://www.dla.mil/hq/logisicsoperations/services/jcp/, In The Search Box Enter “joint Certification”, Select “jcp Dd Form 2345 Instructions”. 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.logisicsinformationservice.dla.mil/jcp/search.aspx. notice Is Hereby Provided That Access To The Drawings And Specifications Will Be Limited To Offerors Certified By Dla.
Contact
Tender Id
80KSC025ZCS003LTender No
80KSC025ZCS003LTender Authority
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA ViewPurchaser Address
-Website
beta.sam.gov