Status Report

NASA Modification of Ares-1 Mobile Launcher for the Space Launch System

By SpaceRef Editor
January 14, 2013
Filed under , ,

Synopsis – Jan 14, 2013

General Information

Solicitation Number: NNK13457725R
Posted Date: Jan 14, 2013
FedBizOpps Posted Date: Jan 14, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: N/A
Current Response Date: N/A
Classification Code: Y — Construction of structures and facilities
NAICS Code: 238120

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

NASA/KSC plans to issue a Request for Proposal (RFP) for the modification of the existing Ares-I Mobile Launcher (ML) for the new Space Launch System (SLS) at Kennedy Space Center, Florida. This project includes removal and storage of existing system components, equipment, and materials for reuse/reinstallation; demolition of system components and structure not to be reused; modification of structural elements and installation of new structural elements; reinstallation of salvaged equipment and materials, and installation of new systems, equipment, and materials. Heavy structural demolition and construction will be performed on approximately half of the existing ML base (MLB). Temporary foundations and shoring will be required to support the remaining MLB and ML tower (MLT) structure during deconstruction/demolition and reconstruction. Modifications to the MLT Electrical Equipment Rooms include removal and modification of Air Conditioning ductwork, and electrical and communication cable trays, and relocation of lighting fixtures. Accurate weights of all items and material removed from the ML and all items and material installed on or in the ML shall be determined, documented, and provided for record. The primary deconstruction, demolition, and construction site is the ML Park Site #3 at Kennedy Space Center, Florida.

The Government does not intend to acquire a commercial item using FAR Part 12.

The North American Industry Classification System (NAICS) Code is 238120 Structural Steel and Precast Concrete Contractors and the Small Business Size Standard is $14.0 million.

The order of magnitude for this procurement is more than $10 Million and the effort shall be completed within 605 calendar days after notice to proceed.

This acquisition will be conducted as a negotiated full and open competition. All responsible sources may submit a proposal, which shall be considered by the agency. The selection of the contractor will be based on a best value trade-off between Past Performance and Price. The RFP will require proposal submission in two parts. The first part is submission of the past performance volume. The second part is submission of the price volume. Each offeror’s price proposal shall be accompanied by the appropriate bid bond. A 90% design package will be available with the issuance of the RFP. The 100% design package is anticipated to be available approximately March 31, 2013 at which time the Solicitation will be amended.

The anticipated release of the RFP is on or about February 1, 2013 with an anticipated closing date of March 1, 2013 for the Past Performance Volume followed by an anticipated closing date of April 30, 2013 for the Price Volume.

An organized site visit is contemplated for February 2013; the exact date, time, and details will be specified in the solicitation.

The ML Modification drawings and specification package are classified as “Sensitive But Unclassified” (SBU) information and are subject to the U.S. Export Control Laws. Therefore, all offerors must explicitly request access to those documents through https://www.fbo.gov . Instructions for properly registering and requesting access can be found under Section 4.5 through 4.8 of the FBO Vendor Guide at https://www.fbo.gov/downloads/FBO_Vendor_Guide_v1.7.pdf . These drawings and specifications are required for your proposal preparation and must be requested by you. These documents will be available for access upon release of the RFP.

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). The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies or entities that respond to this announcement will NOT be reimbursed.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

All contractual technical questions must be submitted in writing (e-mail). Telephone questions will not be accepted.

Point of Contact

Name: Andrew Scott Dennis
Title: Contracting Officer
Phone: 321-867-6258
Fax: 321-867-8671
Email: Andrew.S.Dennis@nasa.gov

Name: Terrance W. Crowley
Title: Contract Specialist
Phone: 321-867-7696
Fax: 321-867-1141
Email: Terrance.Crowley-1@ksc.nasa.gov

SpaceRef staff editor.