NASA KSC Solicitation: Closure and Demolition of Facilities and Structures
CLOSE DEMOLISH FACILITIES AND STRUCTURES VARIOUS LOCATIONS AT THE JOHN F KENNEDY SPACE CENTER AND CAPE CANAVERAL AIR FORCE STATION FL
Synopsis – Apr 18, 2013
General Information
Solicitation Number: 05012013
Posted Date: Apr 18, 2013
FedBizOpps Posted Date: Apr 18, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: May 01, 2013
Current Response Date: May 01, 2013
Classification Code: Y — Construction of structures and facilities
NAICS Code: 238910
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description
INTRODUCTION The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned (EDWOSB),Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) 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 Close/Demolish Facilities and Structures at Various Locations throughout KSC and the Cape Canaveral Air Force Station. The Government reserves the right to consider a Small, 8(a), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.
SCOPE OF WORK This project is to deconstruct facilities and structures located at Kennedy Space Center (KSC) and Cape Canaveral Air Force Station (CCAFS). These facilities previously housed administrative and technical/operational support personnel or were mission support structures. The work will be required to be performed with minimal impact to the surrounding roads and facilities. It is anticipated that the work will occur primarily during the typical work hours of 7:00am to 3:30pm. The proposed acquisition will involve the following types of activities:
1. Deconstruction of approximately 65 concrete and/or steel framed facilities and structures totaling approximately 140,000 square feet. 2. Selective demolition, and subsequent construction of a new load bearing wall (approximately 2100 square feet) and associated roof, foundation, system and utility modifications. 3. Environmental and safety work including worker and environmental protection, cleaning and certification of fuel and storage tanks, waste segregation and waste disposal, and safing and remediation/removal of hazardous materials including, but not limited to, friable asbestos and lead. 4. Maximize re-use and recycling of materials. 5. Removal and disposal of abandoned monitoring wells in accordance with state, local, and KSC regulations. 6. Coordination, deactivation, disconnection and removal of electrical, mechanical and communications systems. 7. Removal of building slabs, foundations and associated impervious areas along with site restoration including re-grading and installing sod. 8. Site clearing to access currently inaccessible structures for dismantling and removal. 9. Working at heights of approximately 100 feet to dismantle and remove tall structures. 10. Working under the U.S. Export Control Laws as prescribed in DOD 4160.21-M-1 for the applicable structures and systems.
The NAICS code for this effort is 238910 and the small business standard is $14M.
In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: Between $5,000,000 and $10,000,000.
SPECIFIC INFORMATION SOLICITED It is requested interested small business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting officer a Capability Package demonstrating the ability to perform the services listed above. The capability package shall reference this Sources Sought Notice and be titled: “Capability Package — Close/Demolish Facilities and Structures, Various Locations, at the John F. Kennedy Space Center and the Cape Canaveral Air Force Station, Florida.” The capability package shall be no more than 5 double-sided pages in length, single spaced, and have minimum 12 point Times New Roman font. The tailored capability package for this requirement should clearly detail the ability to perform the aspects of the notice described above and shall include the following information:
1. Organization name, DUNS Number, address, description of principal business activity, number of year in business, primary point of contact. 2. Size status. Specifically identify if you are an 8(a), Hubzone, or Service Disabled Owned Small Business. 3. The capability package shall address, as a minimum, the following a. Financial Capability — Provide individual and cumulative bonding capacity of your firm and the most current Balance Sheet and Income Statement, average annual revenue for the past 3 years. b. Demonstrated ability to have successfully performed demolition in the last 5 years with similar scope and magnitude, representing capacity to meet the above project requirements on government installations. Contractor must demonstrate experience in removal of hazardous materials, including friable asbestos. Contractor must demonstrate experience working at heights at a minimum of fifty (50) feet. Include examples of contracts currently in progress or completed contracts. Listing of projects to include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. c. Ability to work within the requirements of a Federal project site and a wildlife refuge. Include examples demonstrating the capacity for providing required submittals, safety plans, and as-built documents. d. A statement the small business firm can perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
Capability packages must be submitted electronically, via e-mail, to Mike Felker, NASA Contract Specialist, at the following address: gary.m.fe[email protected] on or before May 01, 2013.
DISCLAIMER: This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes”. It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this Notice, nor will the Government reimburse an Offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location.
No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the FedBizOpps website and on the NASA Acquisition Internet Services (NAIS). It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.
Failure to respond to this Source Sought Notice does not exclude any interested party from future consideration for proposals for design/construction/demolition which may be announced or solicited by NASA.
Point of Contact
Name: Gary Michael Felker
Title: Contracting Officer
Phone: 321-867-1415
Fax: 321-867-2042
Email: [email protected]
Name: Sherry L. Gasaway
Title: Lead Contract Specialist
Phone: 321-867-5294
Fax: 321-867-1166
Email: [email protected]