Florida Bids > Bid Detail

Booster Fabrication Facility (BFF) Crane Refurbishment; Sources Sought

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159231055642920
Posted Date: Dec 29, 2022
Due Date: Jan 18, 2023
Solicitation No: 80KSC023ZCS001L
Source: https://sam.gov/opp/d217a26fea...
Follow
Booster Fabrication Facility (BFF) Crane Refurbishment; Sources Sought
Active
Contract Opportunity
Notice ID
80KSC023ZCS001L
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA KENNEDY SPACE CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 29, 2022 10:48 am EST
  • Original Response Date: Jan 18, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    Orlando , FL 32899
    USA
Description

SOURCES SOUGHT NOTICE – BOOSTER FABRICATION FACILITY CRANE REFURBISHMENT



The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for the BFF Crane Refurbishment.



The NASA/KSC is seeking capability statements from all interested parties, including Other than Small (OTS), Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), 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) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a potential construction project to design, install, and test upgraded controls and interfaces, and actuation and braking systems on various 1/2-ton to 15-ton cranes and monorails in the BFF complex at NASA’s KSC. The Government reserves the right to consider a Small, 8(a), WOSB, SD-VOSB, EDWOSB, or HUBZone Small business set-aside based on responses received.



The North American Industry Classification System (NAICS) code for this procurement is: 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing, with a size standard of 1,250 employees or less. Note: Concerns performing major rebuilding or overhaul activities do not necessarily have to meet the criteria for being a “manufacturer” although the activities may be classified under a manufacturing NAICS code. Ordinary repair services or preservation are not considered rebuilding.



Estimated award date for this contract is the 4th quarter of Fiscal Year 2023, with an approximate 475 calendar day period of performance. The estimated award amount is between $5,000,000 and $10,000,000.



This project will be procured using the two-phase design-build selection procedures in FAR Part 36.3.



SCOPE OF WORK



The scope consists of upgrading controls, interfaces, and actuation and braking systems on eleven various 1/2-ton to 15-ton cranes and monorails located in the BFF at NASA’s KSC in Florida; five of the eleven units are critical lift units as defined in NASA-STD-8719.9B. The work includes replacing hoist and trolley units including new inverter motors and brakes, new Variable Frequency Drive (VFD) controls, extreme slow speed control, touchup painting to existing units, shop and site performances and load testing of new units, and new emergency drum brakes. The scope will include design, installation, testing, and other incidental related work.



CAPABILITY STATEMENT



Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement, of no more than eight pages and printed in not smaller than 12-point type, 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 “80KSC023ZCS001L” Capabilities Statement – “Booster Fabrication Facility (BFF) Crane Refurbishment” at Kennedy Space Center, Florida 32899.




  1. Company Name, Unique Entity ID and CAGE, Address, Description of Principal Business Activity, and Primary Point of Contact (Full 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 333923. 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 a 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. Demonstrated experience with implementing construction modifications to existing overhead traveling cranes with single fault tolerant complex controls and associated systems to include procurement, design, installation, activation, and testing.



b. Demonstrated experience with the design, manufacturing, procurement, installation, activation, testing, and documentation of cranes with similar lifting rates of 1 to15 tons and monorails with similar lifting rates of 1/2 to1 ton and the refurbishment of the following items of similar lifting rates: replacement of hoist and trolley units to include inverter motors and brakes, VFDs, painting/touchup painting, end of travel limit switches, anti-collision system, and performance and load testing.



All responses must be submitted electronically via email to C. M. Julius Williams, NASA Contracting Officer, at email address: christopher.m.williams@nasa.gov no later than 2:00PM EST on January 18, 2023. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.



DISCLAIMER:



This Sources Sought Notice 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, subject to FAR Provision 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.



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; 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. 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 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.


Attachments/Links
Attachments
Document File Size Access Updated Date
80KSC023ZCS001L Sources Sought.pdf (opens in new window)
107 KB
Public
Dec 29, 2022
file uploads

Contact Information
Contracting Office Address
  • KENNEDY SPACE CENTER FL 32899-0001
  • KENNEDY SPACE CENTER , FL 32899
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 29, 2022 10:48 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >