Flight Dynamics Research Facility (FDRF)

expired opportunity(Expired)
From: Federal Government(Federal)
47PD0220CMM01C

Basic Details

started - 24 Sep, 2019 (about 4 years ago)

Start Date

24 Sep, 2019 (about 4 years ago)
due - 27 Sep, 2019 (about 4 years ago)

Due Date

27 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
47PD0220CMM01C

Identifier

47PD0220CMM01C
General Services Administration

Customer / Agency

GENERAL SERVICES ADMINISTRATION (20141)PUBLIC BUILDINGS SERVICE (15814)PBS R3 (848)

Attachments (4)

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.

Added:Sep 03, 2019 1:37 pmTHIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract.The General Services Administration (GSA) intends to award a firm-fixed price Design-Build contract for a Flight Dynamics Research Facility (FDRF) to be located on a green-field site at the NASA Langley Research Center in Hampton, Virginia.The Mid-Atlantic Region is seeking information on firms with experience in the Design and Construction of wind tunnels as described below. The acquisition procedures for this opportunity will be in accordance with the Design Excellence quality standards and requirements. The North American Industry Classification System Codes (NAICs) for this potential acquisition are 236220 - Commercial and Institutional Building Construction, 541715 - Research and Development in the Physical/Engineering & Life Sciences, 927110 - Space
Research/Technology - National Aeronautics and Space Administration and Space research services, government and 611699 - Misc Schools and Instruction. This notice is being published under each NAICs in order to facilitate market response. Only one response from each interested vendor is required. Small businesses are encouraged to respond to this notice.An Industry Day will take place on Tuesday, September 17, 2019, 1-3 PM, EST at the following location**;National Institute of Aerospace (NIA)100 Exploration WayHampton, VA 23666, USA(** Webex information may be provided a later date.)All interested firms are encouraged to submit the following information by Tuesday, September 10, 2019, 1PM EST, as described below:(1) Corporate Information Identification (1 page maximum)● Company name and company address ● Point of contact, phone, and email address ● The firm's business type and size for NAICS Code 236220, 541715, 927110 or 611699 ● Confirmation of registration in System for Award Management (Provide DUNS)(2) Capabilities Statement (2 pages maximum) Provide a brief description of relevant projects complete or substantially complete within approximately the last seven years that clearly demonstrate your ability to fulfill the Government's requirements as stated under the Project Description section below. With each project experience provided, include the date when the project was completed or will be complete, the location of the project, contract amount and size of the project, type of project, and a description of how the experience relates to the Project Description.(3) The purpose of the following questions is to better understand the capabilities of design, construction or manufacturing firms with wind tunnel Design-Build experience (2 pages maximum).1. Have you designed, constructed or manufactured, wind tunnel components for a vertical wind tunnel? What is the largest vertical wind tunnel you have constructed? Have any vertical wind tunnels included a flying (test) section greater than a 20-ft diameter (or octagonal)?2. How many recirculating wind tunnels of your design, construction or manufacture have been constructed? How many are in operation? How many are in the USA?3. Have you ever incorporated complex support structures into a vertical wind tunnel for holding or positioning something in the airflow?4. Do you have any experience with a similarly complex construction project integrating existing and new equipment, including controls and instrumentation, into a new facility?Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions and must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published in the Federal Business Opportunities (FBO).PROJECT DESCRIPTIONThe proposed FDRF is unique in its mission as a primary research tool for flight dynamics including spin testing. The completed FDRF will enable NASA to perform mission critical research in flight dynamics and is critical to NASA’s Moon to Mars exploration program.The FDRF will consist of a Vertical Wind Tunnel integrated into the building construction and will include 5,400 square feet of occupied space and 7,600 square feet of mechanical and electrical equipment space over three levels with an overall height of approximately 120 feet. Occupied spaces will include a control room space, test article preparation space, and lobby space. Magnitude of this construction project is determined to be between $30,000,000 and $50,000,000.The Design-Build scope of work will include all labor, materials, and equipment required to design, engineer, supply, construct and commission the FDRF including all building and wind tunnel systems. The scope also includes the integration of existing model support systems and aerodynamic measurement systems. It is envisioned that the design approach will balance the design of spaces for people, mission critical research equipment, and wind tunnel components. The architecture of the facility shall promote an appropriate image for the NASA mission and provide a facility of outstanding quality and value.GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural Engineering Design and Construction services in accordance with GSA quality standards and requirements. These projects are to demonstrate the value of true integrated design that balances aesthetics, functionality, cost, constructability, durability, and reliability; create environmentally responsible and superior workplaces for Federal employees. As required by law, regulation or Executive Order, all facilities will meet Federal energy goals, security requirements, and achieve at least a LEED Gold Certification.Added:Sep 13, 2019 9:21 amWebex Information for the Industry Day scheduled on Tuesday, September 17th at 1PM is as follows;URL: https://meet.gsa.gov/fdrfindustryday/Phone: (844) 419-4704Conference Code: 8507006757#Added:Sep 23, 2019 4:51 pmIndustry Day occurred on September 17, 2019. This update provides a list of attendees and other interested parties along with slides used during the presentation.Should you have any questions, please contact Monica McGrath at monica.mcgrath@gsa.gov.

NASA Langley Research Center Hampton, Virginia 23681 United StatesLocation

Place Of Performance : NASA Langley Research Center

Country : United States

You may also like

Classification

611 -- Educational Services/611699 -- All Other Miscellaneous Schools and Instruction
naicsCode 611699All Other Miscellaneous Schools and Instruction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS