Status Report

NASA: Revitalize Medium Voltage Electrical Distribution Systems Industrial and Payload Processing Areas

By SpaceRef Editor
January 29, 2013
Filed under , ,

Synopsis – Jan 28, 2013

General Information

Solicitation Number: NNK13GUMKE
Posted Date: Jan 28, 2013
FedBizOpps Posted Date: Jan 28, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 11, 2013
Current Response Date: Feb 11, 2013
Classification Code: 59 — Electrical and electronic equipment components
NAICS Code: 237130
Set-Aside Code: Competitive 8(a)

Contracting Office Address

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

Description

Revitalize Medium Voltage Electrical Distribution Systems, Industrial and Payload Processing Areas.

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

Description SOURCES SOUGHT NOTICE

Revitalize Medium Voltage Electrical Distribution Systems, Industrial and Payload Processing Areas. INTRODUCTION

The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is soliciting information about potential sources for the Revitalize Medium Voltage Electrical Distribution Systems, Industrial and Payload Processing Areas at Kennedy Space Center, Florida 32899. Small business vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation and references. The NAICS code for this effort is 237130, titled “Power and Communication Line and Related Structures Construction”, and the small business size standard is $33.5 million. The estimated price range of this project is between $5,000,000 and $10,000,000.

SCOPE OF WORK

The work to be performed under this project consists of providing all labor, equipment, materials, tools, test equipment, specialized services, and subcontracts to revitalize various medium and low voltage power systems in the KSC Industrial Area.

The work includes but is not limited to the following:

1. Demolition, replacement, and installation of underground low and medium voltage cable systems, to 15kV class, including installation in underground duct systems, manholes, cable trays, and conduit systems. Use of personnel certified in complex cable splices while wearing arc-flash personnel protective equipment in manholes.

2. Installing new and replacing various 15kV load break switches with SF6 insulated pad-mounted switchgear of the vacuum interrupter and vault style load break types.

3. Demolition and replacement of existing 4160V (5 to 10 MVA class, double-ended) outdoor substations while maintaining continuous operations in a critical facility.

4. Demolition and replacement of existing outdoor 480V substation equipment including the planning and execution of work sequences to minimize power outages to the substation critical loads.

5. Site work (excavation, backfill, concrete, bollards, de-watering, directional boring, etc.) associated with underground electrical work and electrical equipment installation including wind rated foundation design large electrical transformers and outdoor substation enclosures.

6. Hazardous material sampling and abatement (paint, oil, and asbestos).

7. Switchgear control power, instrument/metering, and transfer control systems including the use of programmable logic controllers and Schweitzer Engineering protective relay systems. Networking of metering, programmable logic controllers, and protective relays for customized remote monitoring and control. Providing detailed as-built wiring and software documentation for all such systems.

8. Power system analysis, coordination studies, arc-flash studies, and protective relay settings. Performance of electrical safety hazard analysis, detailed job hazard analysis, and use of electrical personnel protective equipment, arc-flash and shock prevention.

9. Power system equipment testing and validation including factory testing, customized field testing, and NETA testing.

CAPABILITY STATEMENT

It is requested that interested small business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above. The capability package shall be no more than five (5) pages in length and printed in not smaller than 12 point type. The capabilities statement will consist of a:

1 page cover sheet referencing Source Sought Notice “NNK13GUMKE”, Capabilities Statement – “Revitalize Medium Voltage Electrical Distribution Systems, Industrial and Payload Processing Areas at Kennedy Space Center, Florida 32899.

And;

4 pages discussing:

1. Company Name, DUNS Number, Address, Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number).

2. Business size and number of employees. Specifically state whether your firm is a large or small business in NAICS Code 237130. Description of principal business activity; number of employees; and specifically identify if you are a HUBZone small business, a service-disabled veteran owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business.

3. Financial Capability – Provide bonding capacity of your firm and 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. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following:

a. The contractor shall have demonstrated utility and power system construction experience with the procurement, installation, activation, testing, and documentation of utility type power systems described in the SCOPE OF WORK above. Contractor shall have demonstrated experience in work planning to maintain continuous facility operations and minimizing outages during substation replacement projects.

b. The contractor shall have demonstrated experience with power system analysis (short circuit studies, protective device coordination studies) and electrical hazard (arc-flash) analysis as described in the above SCOPE OF WORK. Contractor shall have demonstrated experience implementing, validating, testing, and documenting protective relay settings, instrument and control schemes, and networking of components for remote monitoring and control.

c. The contractor shall 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 within manholes or in the vicinity of energized equipment with energized insulated cables or un-insulated components present.

Capability packages must be submitted electronically, via e-mail, to Randall Gumke, NASA Contract Specialist, at the following address: Randall.A.Gumke@nasa.gov on or before (10 working days) 02/11/13 NASA/KSC will review all responses that comply with the submission instructions using the following criteria: breadth, depth and relevancy of experience as it relates to the work described above. 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.

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. 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 Federal Business Opportunities Website, FedBizOpps, (https://www.fbo.gov/ ) and on the NASA Acquisition Internet Services, NAIS, (http://prod.nais.nasa.gov/cgi-bin/nais/index.cgi ). Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis.

Failure to respond to this notice does not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.

Point of Contact

Name: Sherry L. Gasaway
Title: Lead Contract Specialist
Phone: 321-867-5294
Fax: 321-867-1166
Email: sherry.l.gasaway@nasa.gov

Name: Robert J Glanowski
Title: Contract Specialist
Phone: 321-867-7345
Fax: 321-867-1166
Email: robert.glanowski@nasa.gov

SpaceRef staff editor.