Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2025 SAM #8481
SOURCES SOUGHT

99 -- Vehicle Assembly Building (VAB) Power Phase I (Tower C), Project Control Number (PCN): 99300

Notice Date
2/13/2025 5:57:10 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC025ZCS004L
 
Response Due
2/27/2025 9:00:00 AM
 
Archive Date
03/14/2025
 
Point of Contact
Randall A. Gumke, Phone: 3218673322, LaCorsha Noel, Phone: 3218673464
 
E-Mail Address
randall.a.gumke@nasa.gov, Lacorsha.d.noel@nasa.gov
(randall.a.gumke@nasa.gov, Lacorsha.d.noel@nasa.gov)
 
Description
SOURCES SOUGHT NOTICE � Vehicle Assembly Building (VAB) Power Phase I (Tower C), Project Control Number (PCN): 99300 NASA / John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for Vehicle Assembly Building (VAB) Power Phase I (Tower C), Project Control Number (PCN): 99300. 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 the VAB Power Phase I (Tower C) project. 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 237130, Power and Communication Line and Related Structures Construction with a small business size standard of $45 million. Introduction Background: The VAB Tower C electrical substations are 60+ years old (installed in 1964 to support the Apollo Program), which is 30 years passed their 30-year expected life cycle and have a long history of failures. Some High Voltage Switches and transformers are out of service and low voltage breakers are locked out/tagged out of service because they are not operable and repairable. Parts are no longer available, and the substations, transformers, and panels are beyond maintenance due to the high number of failures. The VAB Tower C electrical substations provide critical mission support for the NASA Artemis Moon Landing Program. Specifically providing direct support for: � Exploration Ground System (EGS) Processing Operations � Space Launch System (SLS) Core staging processing inside High Bay 2 (HB-2) � Institutional Operations The objective of this project is to replace the obsolete substations and associated equipment which will significantly increase the safety of the facility and maintenance personnel. Additionally, the new substations will increase the availability and reliability of the VAB Tower C power system. Project scope: This project consists of replacing existing VAB Tower C substations 804, 874 (10th floor) and 875 (32nd floor) and all associated 480V sub-fed panels located inside Tower C at the VAB with new reliable code compliant electrical substations and associated downstream equipment. Additionally, a new Arc Flash study will be performed as a part of this project. The work includes, but is not limited to, the following: 1. Removal existing electrical equipment and installation of new substations (switchgear/transformers/medium voltage switches), including installation of programmable logic controllers (PLC) at locations inside the new substation, installation of PLC control and power wiring, installation of sensing devices, and connection to PLCs for the circuit. 2. Existing equipment, components, assemblies, etc., that must be removed and replaced/reinstalled are 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 involves working in a fully operational facility that cannot have any significant duration of downtime without substantial coordination around launch, launch vehicle processing schedules, and testing and manufacturing related to various launch vehicles. Phasing of work around daily operations of the VAB are 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 VAB operational while performing the work specified in the contract documents. 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 eight (8) 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 �80KSC025ZCS004L� Capabilities Statement � �Vehicle Assembly Building (VAB) Power Phase I (Tower C)� 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 237130. 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. Relevant work for the purposes of this notice can be defined as, but not limited to, the following: a. The contractor must have demonstrated utility and power system construction experience with the procurement, installation, activation, testing, and documentation of 15KV/480VAC class electrical substations or higher; installation of switchgear with ratings up to 2,500A, 3 phase, at 480/277VAC; and installation of medium voltage transformers up to 13.8KV with KVA ratings of up to 1,00KVA. b. The contractor must have demonstrated experience with power system analysis (short circuit studies, protective device coordination studies) and electrical hazard (arc-flash) analysis as described above in the Scope of Work. c. The contractor must have demonstrated experience implementing, validating, testing, and documenting protective relay settings, instrument and control schemes, and networking of components for remote monitoring and control. d. The contractor must have demonstrated experience with power system electrical hazard analysis, detailed job hazard analysis, and the wearing arc-flash and shock prevention personnel protective equipment while working in the vicinity of energized equipment with energized insulated cables or un-insulated components present. e. The contractor must have demonstrated experience with coordination with other contractors doing other ongoing projects in the same facility or work areas. f. The contractor must have demonstrated experience with performance of projects in which they had a safe and successful project with an operational facility where operations have to continue uninterrupted thru the duration of the project. g. The contractor must have demonstrated experience with electrical system modification inside of an operational facility and coordination with plant operators to schedule the work so it does not impact operations. h. The contractor must have demonstrated experience with selective demolition of large electrical equipment, control system instrumentation, and structural members that may contain heavy metals, PCB�s, asbestos, or other hazardous type materials. i. The contractor must have demonstrated experience with preparation of computer-generated engineering shop drawings and as-built documentation including control panel assembly drawings, end-to-end wiring diagrams, network diagrams, and control system diagrams, PLC programs with comments and operations and maintenance (O&M) manuals. j. The contractor must have demonstrated experience with projects involving the need to plan, manage, and execute high quality work to meet critical schedule milestones/requirements. All responses shall be submitted electronically via email to LaCorsha Noel at Lacorsha.d.noel@nasa.gov and Randall Gumke at Randall.a.gumke@nasa.gov no later than 12:00 PM EST February 27, 2025. Please reference Source Sought Notice �80KSC025ZCS004L VAB Power Phase I (Tower C)� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c39f4d8bb484590a5893d9230ecce2c/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN07343172-F 20250215/250213230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.