BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a power facility in Kennedy Space Center, Florida. Conceptual plans call for the renovation of a power facility.

NASA/KSC is hereby soliciting information from potential sources for Revitalize Power Systems at the Vehicle Assembly Building (VAB) Towers B, C & D - Phase 1, Project Control Number (PCN): 99300 Contracting Office Address NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899 Description SOURCES SOUGHT NOTICE Revitalize Power Systems at the Vehicle Assembly Building (VAB) Towers B, C & D - Phase 1, PCN: 99300 INTRODUCTION 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), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for "Revitalize Power Systems at the Vehicle Assembly Building (VAB) Towers B, C & D - Phase 1, PCN: 99300" at Kennedy Space Center, Florida 32899. 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 Corresponding Index Entry Transformer Station and Substation, Electric Power, Construction with a small business size standard of $45 million. Estimated award date for this contract is September 2024, with a project period of performance of approximately 1,095 calendar days. The estimated award amount is more than $10,000,000. SCOPE OF WORK Project consists of replacing/consolidating existing Vehicle Assembly Building (VAB) Towers B, C & D electrical substations with new reliable and code compliance substations (switch, transformers, and switchgears). Connect existing building loads to new Main Distribution Panels (MDPs), which will be fed from the new substations. Additionally, a new Arc Flash study will be performed as a part of this project. Where used below, "removal" means selective demolition and potential storage of items removed, "replacement" means installation of new components/systems, and "reinstallation" means reuse of existing equipment removed and placed in a new configuration, as specified in contract documents to later be formally solicited. The work includes, but is not limited to, the following: 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. 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 includes 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. CAPABILITY STATEMENT Interested firms having the required capabilities necessary to meet or exceed all aspects of the effort described herein, should submit to the contracting office a capabilities statement demonstrating ability to perform the services listed above. The capability package must be no more than 10 pages in length and printed in not smaller than 12-point type. The capabilities statement package must include, as a minimum, the following: 1 page cover sheet referencing Source Sought Notice "80KSC024ZCS001L", Capabilities Statement - "Revitalize Power Systems at the Vehicle Assembly Building (VAB) Towers B, C & D - Phase 1, PCN: 99300". And; the remaining 9 pages discussing the following: Company Name, Unique Entity ID, Cage Number, DUNS Number, Address, and Description of Principal Business Activity, Primary Point of Contact (E-mail address and phone number). Business size and number of employees. Specifically state whether your firm is a large or small business under NAICS Code 237130. Description of principal business activity; number of employees; and specifically identify if you are a Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). 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. 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: 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 2,500KVA. 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. 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. 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. The contractor must have demonstrated experience with coordination with other contractors doing other ongoing projects in the same facility or work areas. 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. 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. 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. The contractor must have demonstrated experience with operating and installation of generators greater than 500KW to temporary power up an existing facility. 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. 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 e-mail to Randy Gumke and LaCorsha Noel, NASA Contracting Officers at email addresses: Randall.a.gumke@nasa.gov and Lacorsha.d.noel@nasa.gov no later than 2:00PM EDT on December 4, 2023. Please reference 80KSC024ZCS001L in any response. 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 Notice is for information and 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. Respondents will not be notified of the results of the evaluation. No solicitation exists currently; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested offerors are responsible for monitoring this website 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. NOTE: It is anticipated that 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 that will be interested in receiving drawings and specifications for this project will have to 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 at https://www.dla.mil/HQ/LogisicsOperations/Services/JCP/, then in the Search Box enter "Joint Certification", then click on "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. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Power Plant

$10,000,000.00

Public - Federal

Renovation

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
232
Active Projects
109
Bidding Soon
1,658
All Active Projects
677
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 4, 2024

December 6, 2027

img_map_placeholder

To Be Determined, Kennedy Space Center, FL

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.