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

TEST AREA PIPING


Synopsis - Jan 12, 2009

General Information
Solicitation Number: NNS09AA05R
Posted Date: Jan 12, 2009
FedBizOpps Posted Date: Jan 12, 2009
Original Response Date: N/A
Current Response Date: N/A
Classification Code: Y -- Construction of structures and facilities
NAICS Code: 331210 - Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
Set-Aside Code: Total Small Business

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

Description
 
NASA/Stennis Space Center plans to issue a Request for Proposal Best Value Multiple Award Iindefinite Delivery/Indefinite Quantity (IDIQ) contract with a minimal of $500,000 and a maximum of $9 million. Contract length is expected to be 5 years. Specific projects will be defined in each of the subsequently issued delivery orders.

The work to be performed under this contract consists of providing design, fabrication, inspection, installation, and cleaning of specialty piping. Specialty piping includes but is not limited to the following: cryogenic systems, kerosene-based fuel systems, gaseous nitrogen / hydrogen/ oxygen / helium / air systems, vacuum-jacketed piping, high pressure service, and high pressure industrial water service piping. Individual tasks may include: 1) Design Services: project engineer, detail engineering, analysis (flow, thermo, flexibility, structural, etc.), drafting, drawing / document control, cost benefit analysis and field installation support 2) Fabrication / Installation: welding above ground pipeline into place, providing structural analysis for pipe and pipe supports, and fabricating pipe supports. Tasks will be performed in support of the Stennis Space Center Test Complex test stands and critical support system equipment. Piping shall be fabricated and installed in conformance to ASME B31.3, Process Piping Code, and applicable Stennis Standards. Cleaning for high pressure Liquid Oxygen service and high pressure Gaseous Hydrogen systems (up to approximately 3800 psia working pressure) will be required. Pipe diameter may range from 2 inch to 24 inch at 250 psi for vacuum-jacketed pipe and 1 ½ inch to 6 inch for non-jacketed at 4000psi working pressure.

Task #1: Procurement of Vacuum Jacketed Piping for Transfer of Liquid Hydrogen at A-2 Test Stand will be issued with the initial contract.

The work to be performed under this project consists of providing the labor, equipment, and materials to analyze, construct and deliver vacuum jacketed piping segments for liquid hydrogen (LH) service in replacement of the LH transfer piping at the A-2 Test Stand within the test complex area at Stennis Space Center (SSC). The work to be performed per the specification, referenced drawings and standards includes fabrication and testing of individual piping segments only. The Government estimated price range of this Task Order to be between $1,000,000 and $5,000,000. Required delivery is April 2009.

Task #2: Refurbish High Pressure Gas Distribution System will be issued with the initial contract.

The work to be performed under this project consists of providing the labor, equipment, and materials to construct an aboveground cross-country gaseous hydrogen (GH) transfer line to replace existing underground GH lines at Stennis Space Center. This work includes the following: 1. Clearing and grubbing to widen existing right-of-ways (approximately one acre). 2. Installing crushed limestone bedding over which the cross-country piping will be installed. 3. Construction of cross-country pipe supports. 4. Construction of cross-country high pressure stainless steel piping (approximately 9,800 feet) with grounding protection. Cleaning and testing shall be included. 5. Construction of approximately four (4) vertical pipe loops for human/vehicle pass under. 6. Construction of approximately five (5) concrete open trench road crossings. One (1) shell road and four (4) asphalt roads. 7. Salvaging four (4) existing valves. 8. Abandon-in-place approximately 10800 feet of existing underground piping and demolish/remove associated aboveground piping and cathodic protection test stations. The work shall be performed while the existing underground GH lines remain in service. The project shall be planned and executed so the cross-country piping may be completely constructed in place, cleaned, and tested while isolated from the existing active GH system. Connection to the existing system will be by others after the newly constructed piping has been accepted. The Government estimated price range of this Task Order to be between $1,000,000 and $5,000,000. Completion of work is required no later than twelve months from Notice to Proceed. (Magnitude of any additional task orders will be described in each Request for Proposal)

This procurement is 100% small business set a-side in accordance with FAR 19.502. 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 331210 and 1000 employees, respectively. The anticipated release date of the RFP is on or about January 26, 2009, with an anticipated bid closing date of on or about February 25, 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 February 09, 2009, 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: Jennifer.l.parker@nasa.gov. Fax or phone request will not be accepted. All contractual and technical questions must be submitted in writing to Marvin.L.Horne@nasa.gov. Telephone or fax 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 maybe accessed using a WWW browser application. The Internet site, or URL, for the NASA/SSCBusiness Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&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.


Point of Contact
Name:Marvin L Horne
Title:Contract Specialist
Phone:228-688-3528
Fax:228-688-6024
Email:Marvin.L.Horne@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: