Kennedy Space Center Small Job Order Construction Contract

expired opportunity(Expired)
From: Federal Government(Federal)
NNK20ZCS004L

Basic Details

started - 26 Mar, 2020 (about 4 years ago)

Start Date

26 Mar, 2020 (about 4 years ago)
due - 06 Apr, 2020 (about 4 years ago)

Due Date

06 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
NNK20ZCS004L

Identifier

NNK20ZCS004L
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Customer / Agency

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8282)NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8282)NASA KENNEDY SPACE CENTER (300)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Contracting Office AddressNASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899Section 1:  Small Business Capabilities and Interest:The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is seeking capabilities from all socioeconomic categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for an indefinite-delivery, indefinite-quantity (IDIQ) contract for design and construction efforts at the John F. Kennedy Space Center, FL and NASA/KSC facilities located at Cape Canaveral Air Force Station, FL.The Government reserves the right to consider a Small, 8(a), WOSB, EDWOSB, SDVOSB, or HUBZone business set-aside based on responses hereto.The North American Industry Classification System (NAICS) code for this effort is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5
million.  Section 2:  Services/Scope:Projects will be competed and awarded by individual task orders (TOs) on an as needed basis.  TOs will be in support of minor construction, renovation, repair, and design-build projects. The Contractor will be required to furnish all materials, equipment and personnel necessary to plan, design, manage, and accomplish the construction tasks.  Individual TOs will vary in size with the majority expected to be between $5K and $1M at a historical average value of $400K. It is anticipated that there may be 2-3 TOs per year that will be larger than $1M but will not exceed $5M. The TOs will include tasks in a variety of trades, such as carpentry/wall construction, roofing, interior and exterior electrical, mechanical/HVAC, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, road repair, excavation, Fire Alarm and Fire Suppression system upgrades as well as site improvements.   The contractors will be required to execute construction tasks initiated from Statement of Objectives to fully specified/designed plans and execution of the work can be from a fully designed requirement or the contractor may be asked to bid on a design build project. The construction firm(s) will be required to respond to requests for task order proposals within weeks and have the capacity to manage and work multiple projects/TOs at the same time.3. 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 Federal Business Opportunities Website, (https://beta.sam.gov/).  Interested firms are responsible for monitoring these sites for the release of any solicitation or synopsis.Failure to respond to this notice will not exclude any interested party from future consideration for proposals which may be announced or solicited by NASA.Telephone calls will not be accepted.4. Anticipated Solicitation/Award:The Government is looking to establish a pool of up to four (4) IDIQ awardees that will compete for future firm fixed price (FFP) construction task orders issued under this Contract.  The IDIQ Contract is anticipated to include a five year ordering period with a maximum value of $150M. The anticipated solicitation date is June, 2020.  Performance under this Contract would commence no earlier than December, 2020 with a total potential period of performance through December, 2025. 5. Submission Information:It is requested that interested business firms having the capabilities necessary to meet or exceed all aspects of the effort described herein, submit to the contracting office a capabilities package demonstrating ability to perform the services listed above.The capability package shall be no more than four (4) pages in length and printed in not smaller than 12 point type.  The capability package shall reference this Sources Sought Synopsis and be titled: NNK20ZCS004L, Small Task Order Construction Contract.The capability package shall include, as a minimum, the following:1.  Company name, DUNS number; address, and a primary point of contact (E-mail address and phone number).2.  Specifically state that your firm is a small business in NAICS Code 236220.  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, a woman owned small business, an economically disadvantaged woman-owned small business, or an 8(a) small business.3.  Company profile including: annual revenue history demonstrating financial stability, office location(s), a staffing plan demonstrating the ability to retain existing staff and hire/acquire qualified personnel, and a demonstration of the firm’s ability to provide continuity of operations at the beginning and the end of a contract.4. Provide the construction bonding levels per contract (Task Order) and aggregate.5.  Provide the number of years in businessList of customers covering the past five (5) years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number); relevant work for the purposes of this Notice is defined as, but not limited to, the following:Performing minor construction, renovation, repair, and design-build projects ranging from $5K to $5M.Managing projects involving multiple trades such as carpentry/wall construction, roofing, interior and exterior electrical, mechanical/HVAC, plumbing, sheet metal, painting, demolition, concrete, masonry, welding, road repair, excavation, and site improvements.Performing Design-Build services.  i.e. Performing design services necessary to perform construction services initiated from statements of objectives (SOO), concept drawings, or preliminary specifications/design.Managing multiple construction projects simultaneously.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.All responses should be provided electronically in Microsoft Office compatible document format via e-mail, to Ben Crafton, NASA Contracting Officer, at the following email address:  benjamin.p.crafton@nasa.gov and (cc) jacqueline.a.brooks@nasa.gov before the Response Date.Points of ContactName: Benjamin CraftonTitle: NASA Contracting OfficerPhone: 321-867-8203Fax: 321-867-1166Email: benjamin.p.crafton@nasa.gov Name: Jacqueline BrooksTitle: NASA Contracting OfficerPhone: 321-867-7698Fax: 321-867-1166Email: jacqueline.a.brooks@nasa.gov

FL  32899  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : KENNEDY SPACE CENTER

You may also like

THE PURPOSE OF THIS TASK ORDER IS TO PERFORM A 9001 2ND SURVEILLANCE AUDIT AT KENNEDY SPACE CENTER.

Due: 27 Jun, 2024 (in 2 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

FIXED PRICE DELIVERY ORDER ISSUED FOR THE DELIVERY OF LIQUID HYDROGEN TO KENNEDY SPACE CENTER.

Due: 30 Nov, 2024 (in 7 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

AWARD OF PCN 100244 L6-0247 PREP AND PAINT BFF BSM CELL AND ORDINANCE ROOM, AT THE KENNEDY SPACE CENTER, FL

Due: 24 Aug, 2024 (in 4 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2AAREPAIR OR ALTERATION OF OFFICE BUILDINGS