LC39 Area Power Duct Bank Replacement, Project Control Number (PCN): 100308
ID: 80KSC025ZCS002LType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA KENNEDY SPACE CENTERKENNEDY SPACE CENTER, FL, 32899, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)
Timeline
    Description

    NASA's Kennedy Space Center is seeking contractors for the LC39 Area Power Duct Bank Replacement project (PCN: 100308), which involves the design and replacement of the existing Medium Voltage underground duct bank. The objective is to replace aged infrastructure, primarily constructed in the 1960s, that has deteriorated and compromised the power distribution system's reliability for critical NASA missions. The project entails installing approximately 15,000 feet of new underground duct bank and replacing three MV feeders, with a focus on minimizing disruption to ongoing operations through careful phasing of activities. Interested firms, including small and minority businesses, must submit capability statements demonstrating relevant experience and financial capability by February 14, 2025, and access to project documents requires certification through the Defense Logistics Agency. For further inquiries, contact LaCorsha Noel at Lacorsha.d.noel@nasa.gov or Randall A. Gumke at randall.a.gumke@nasa.gov.

    Files
    Title
    Posted
    NASA's Kennedy Space Center (KSC) is issuing a Sources Sought Notice for the LC39 Area Power Duct Bank Replacement project (PCN: 100308). The agency seeks capability statements from various contractors, including small and minority businesses, to gauge interest and subcontracting opportunities related to this Design-Build project. The existing power distribution system, constructed in the 1960s, is significantly deteriorated, primarily due to the use of ‘Orangeburg’ pipes, which have compromised the capacity to maintain feeder cables. The project aims to replace aged duct banks, enhance power capacity, and ensure reliability of the electrical system for critical facilities serving NASA missions. Key elements include installing approximately 15,000 feet of new underground duct bank and replacing three MV feeders. Work will be conducted with minimal disruption to ongoing operations, necessitating detailed phasing of the activities. Interested firms must submit a capability statement that demonstrates relevant experience and financial capability by February 14, 2025. Importantly, access to project documents requires certification through the Defense Logistics Agency. This notice emphasizes the strategic importance of upgrading the power distribution system at KSC for successful future operations.
    Lifecycle
    Similar Opportunities
    Southeast Regional Architecture Engineering 2 (SERAE 2) Indefinite Delivery Indefinite Quantity (IDIQ) contract
    Buyer not available
    NASA's Kennedy Space Center (KSC) is seeking information from potential sources for the Southeast Regional Architecture Engineering 2 (SERAE 2) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will provide professional services for the design, rehabilitation, and modernization of facilities and ground support systems across multiple NASA locations and launch sites worldwide. The contract aims to engage firms with expertise in various engineering disciplines capable of managing concurrent projects, particularly encouraging participation from small businesses and Historically Black Colleges and Universities (HBCUs). Interested parties must submit a capability statement by February 13, 2025, detailing their organizational information, relevant experience, and workforce capacity, while monitoring SAM.gov for updates on the solicitation process. For further inquiries, contact LaCorsha Noel at Lacorsha.d.noel@nasa.gov or Stephen Crooks at Stephen.e.crooks@nasa.gov.
    Marshall Exploration Facility (MEF)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Design Build Request for Proposal (RFP) for the Marshall Exploration Facility (MEF) at the Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The project aims to create a flexible and collaborative environment that accommodates various office and event spaces, enhancing the appeal and functionality of the MSFC campus, with an estimated project cost of $45 million. This initiative is crucial for providing a robust space for NASA and MSFC communities to gather, work, and collaborate, with the facility designed to support future program and technology changes. Interested contractors must demonstrate qualifications through previous similar projects and possess a bonding capacity of $55 million, with responses due by February 17, 2025, and the anticipated start of construction targeted for Q4 2026. For inquiries, contact Darlene Greene at darlene.greene@nasa.gov or Stephanie Darnell at stephanie.darnell@nasa.gov.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. This project aims to enhance the infrastructure and operational capabilities of the naval station by ensuring reliable power supply and secure storage for essential equipment. The work is categorized under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is critical for maintaining the functionality of naval operations. Interested contractors can reach out to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or call 904-542-6665 for further details, while Lindsay Betteridge is available at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for additional inquiries.
    B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is soliciting bids for the B9101 GPO Renovation and NASA Roof Replacement project at Stennis Space Center, MS. This design-bid-build construction project aims to expand printing operations, replace approximately 300,000 square feet of roofing, and renovate administration offices to meet the needs of the Government Publishing Office (GPO) and NASA, including necessary structural, electrical, mechanical, plumbing, and HVAC work. This project is crucial for enhancing operational capabilities at the facility and ensuring compliance with updated standards. Interested small businesses are encouraged to reach out to Eric Hurtado at eric.j.hurtado@usace.army.mil or Chanda Strenth at CHANDA.D.STRENTH@USACE.ARMY.MIL for further details, as this opportunity is set aside for total small business participation under NAICS code 236220.
    3262033-0502 REGULATED CONNECTOR
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the 3262033-0502 Regulated Connector, with the intention of issuing a sole source contract to Mission Systems Davenport, Inc. This procurement is critical for the NASA Armstrong Flight Research Center (AFRC) and involves specific compliance with quality standards and logistical requirements, including coordination for freight delivery to Edwards Air Force Base. Interested organizations are invited to submit their capabilities and qualifications by 4:00 p.m. Central Standard Time on February 5, 2025, to determine if a competitive procurement process will be pursued. For further inquiries, interested parties may contact Tracy Bremer at tracy.g.bremer@nasa.gov or by phone at 228-813-6136.
    Y--Town of Coulee Dam Underground Feeders 1, 3, and 4
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking potential contractors for the replacement of underground electrical feeders in the Town of Coulee Dam, Washington, as part of the Columbia Basin Project. The project involves the installation of approximately 16,700 linear feet of new underground feeders, including rock excavation, road restoration, and the installation of safety equipment, with a performance period expected from August to December 2025. This initiative is crucial for enhancing local infrastructure and ensuring a reliable power supply to the community while adhering to safety standards. Interested contractors must respond by February 28, 2025, and direct all inquiries to Bernard O'Brien at bobrien@usbr.gov, with the estimated project cost exceeding $10 million.
    Building 725 Scientific Data and Computing Center (SDCC) 1.2 MW Power and Cooling Upgrades
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking expressions of interest from small business contractors for the installation of power and cooling upgrades at the Scientific Data and Computing Center located in Upton, New York. The project involves supplying and installing a 1.2-Megawatt power upgrade, which includes an additional 1.75 MW emergency power generator, transformers, power distribution units, and a 445-ton chiller, along with necessary mechanical, electrical, and plumbing work to enhance existing infrastructure systems. Interested contractors are encouraged to submit a statement of interest and a capabilities statement to Joseph Famiglietti at jfamiglie@bnl.gov by 5 PM on February 11, 2025, as this opportunity is set aside for small businesses under the SBA guidelines.
    Spaceport Operations and Center Services (SOCS)
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Kennedy Space Center is seeking qualified vendors to provide Spaceport Operations and Center Services (SOCS), which includes facilities support services at KSC and Cape Canaveral Space Force Station. The contract will encompass a range of services such as maintenance and operations of facilities, integrated operations center management, engineering support, and logistics services, aimed at supporting over 30 customers including NASA and the United States Space Force. The anticipated timeline for the Request for Proposal (RFP) release is around August 29, 2024, with proposals due by October 31, 2024, and contract awards expected by June 30, 2025. Interested parties can contact Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information and are encouraged to monitor https://sam.gov for updates.
    K--Nathaniel "Nat" Washington Power Plant GSU Transformer Replacements
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Regional Office, is seeking qualified firms for the replacement of Generator Step-Up (GSU) transformers at the Nathaniel "Nat" Washington Power Plant, part of the Columbia Basin Project in Washington. The project entails the supply, installation, and commissioning of six outdoor, single-phase GSU transformers, including the removal and disposal of existing units, installation of seismic anchorage systems, and modifications to existing equipment. This initiative is crucial for maintaining a reliable power infrastructure and ensuring compliance with safety and environmental regulations during the upgrade process. Interested parties are encouraged to respond to the Sources Sought Notice by February 14, 2025, and participate in an Industry Day scheduled for January 28, 2025. The estimated project cost ranges from $100 to $150 million, and inquiries can be directed to Scott Cooper at smcooper@usbr.gov or by phone at 208-378-5104.
    Z--Grand Coulee Right Powerplant, GSU Transformer Replacements, Columbia Basin Pro
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the Grand Coulee Right Powerplant Generator Step-Up (GSU) Transformer Replacements project in Washington. The primary objectives include the removal and disposal of three existing GSU transformers, followed by the supply, installation, and commissioning of new transformers, with an estimated project budget exceeding $10 million. This initiative is crucial for maintaining and upgrading the infrastructure of the Columbia Basin Project, ensuring continued power generation capabilities while adhering to safety and environmental standards. Interested firms must submit their qualifications and relevant experience by February 11, 2025, to Lance Fleming at lfleming@usbr.gov, as the anticipated contract award is planned for FY2026.