NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

A3 TEST STAND GENERAL CONSTRUCTION IDIQ CONTRACT


Synopsis - Oct 22, 2008
Modification 01 - Posted on Nov 17, 2008
Modification 02 - Posted on Nov 21, 2008
Solicitation - Posted on Nov 21, 2008
Site Visit Sign-in Sheet - Posted on Dec 12, 2008

General Information
Solicitation Number: NNS09272021R
Posted Date: Oct 22, 2008
FedBizOpps Posted Date: Oct 22, 2008
Original Response Date: Jan 13, 2009
Current Response Date: Feb 24, 2009
Classification Code: Z -- Maintenance, repair, and alteration of real property
NAICS Code: 236210 - Industrial Building Construction

Contracting Office Address
 
NASA Office of Procurement, Stennis Space Center, MS 39529-6000

Description
 
The NASA/SSC Office of Procurement plans to issue a Best Value Request for Proposal for a single award five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Specific projects will be defined in each of the subsequently issued delivery orders. The project shall consist of providing all labor, equipment, materials, installation, and activation support for the general mechanical and electrical installation package to support J-2X engine testing on the A-3 Test Stand at NASA Stennis Space Center, MS. The scope of supply for this package requires the contractor to design, furnish, supply, deliver, install, test, clean and check out piping systems, power systems, equipment, foundations and to install Government Furnished Equipment.

The elevator for the test stand will be procured and installed under this contract as detailed in the specification. Upon selection of the elevator system to be installed, interface information from the vendor shall be supplied to the owner such that the owner can design the interfaces between the tower and elevator. Contractor will have access to begin installation on the tower starting August 2009.

Included in the scope of work are the procurement, delivery, handling, installation and check out of the engine lift hoist as detailed in the contract documents. Included in the hoist system are all foundations, cables, pulleys, hooks, hardware and controls to make a fully functional hoist system.

Concrete slabs for supporting piping systems and concrete piers for pipe supports through out the facility are included in the scope and detailed in the drawings and specifications. Two pipe trenches under road ways at the access road and at the LOX area are included as shown in the contract documents. Concrete work for the alcohol truck unloading station is also included in this scope of work as is the concrete foundation for the engine hoist.

Concrete foundations shall be provided for the Chemical Steam Generator (CSG) units. These two large foundations include piles, pile cap, and piers. Included in the scope of work is the assembly and installation of nine CSG units (GFE) on their foundation. The CSG manufacturer will provide assembly and installation supervision for the task. Each unit is nominally 12 ft by 20 ft by 18 ft. Each unit is expected to arrive as subassemblies in five to seven bolt-up sections. The CSG subassemblies shall be assembled by the contractor and process piping shall be fitted to the completed assemblies. The subassemblies will be fitted together before transport to site at the shop of the CSG manufacturer by the CSG manufacturer. Opportunity will be provided to witness an assembly of a CSG skid in the manufacturer’s shop. The CSG subassemblies will be shipped to the construction site by the manufacturer.

Included in the scope of work is the fabrication and installation of the dock leveling assemblies and platforms at the LH and LOX docks. Construction of the dock area will be completed by others prior to installation of the equipment.

Included in the scope is receiving, handling and installation on existing foundations GFE vessels for the CSG system. The vessels consist of three each vacuum jacketed LOX tanks (estimated weight 321,000 lbs each), nine each water tanks (estimated weight 290,000 lbs each), two each isopropyl alcohol tanks (260,000 lbs each) and 32 each 1000 cu ft GN2 bottles. Installation will include anchoring the vessels to the foundations.

The work includes a vacuum jacketed pipe in the LH dock area. The vacuum jacketed LH pipe shall be provided between the barge hose flange interface and the interface with GFE LH pipe. The contractor shall procure and install this VJ pipe in conformance with the performance specifications supplied in the contract documents.

Included in the scope is the procurement, furnishing, supplying, fabrication, installation, cleaning, testing and check out of all the piping systems, pipe components, pipe supports and equipment as shown on the contract drawings for the Helium, Hydrogen, Nitrogen, Oxygen, air, alcohol, and water systems for the A3 Facility. Also included is the supply and installation of two flare stacks suited for hydrogen service and the supply of the electrical power systems including wiring, conduits/cableways, switch gear, lighting, and grounding system for the A3 Facility.

The order of magnitude for the procurement is greater than $10,000,000, and the effort shall be completed within (610) calendar days after receipt of the notice to proceed.

This procurement is part of the Small Business Competitiveness Demonstration Program. As a result, all qualified responsible sources may submit a proposal, which shall be considered by the agency.

The NAICS Code and small business size standard for this procurement are 236210 and $33.5 million, respectively.

The anticipated release date of the RFP is on or about November 7, 2008, with an anticipated bid closing date of on or about January 13, 2009. The firm date for receipt of bids or offers will be stated in the RFP.

Offerors are urged and expected to inspect the site where the work will be performed. An organized site visit has been scheduled for November 25, 2008, at 9AM. Participants will meet at the South Reception Center, Stennis Space Center, MS.

An ombudsman has been appointed -- See NASA Specific Note "B".

Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made by email to the Bid Distribution Office: joy.g.dedeaux@nasa.gov or you may fax your request to (228) 688-1141. All contractual and technical questions must be submitted in writing to jason.f.edge@nasa.gov or by fax 228-688-1141. Telephone questions will not be accepted.

The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/SSC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's 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). A CDROM containing the specifications and drawings may be obtained from the Bid Distribution office; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html


Point of Contact
Name:Jason Edge
Title:Contracting Officer
Phone:228-688-2346
Fax:228-688-1141
Email:Jason.F.Edge@ssc.nasa.gov

Name:James D. Huk
Title:Contracting Officer
Phone:228-688-1045
Fax:228-688-1141
Email: James.D.Huk@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: