Launch Complex (LC) 39 Area Power Duct Bank Replacement
ID: 80KSC026R0007Type: Presolicitation
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)

PSC

CONSTRUCTION OF OTHER UTILITIES (Y1NZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    NASA plans a two-phase Design-Build project to replace and upgrade the degraded power distribution system in the Launch Complex (LC)-39 Area at Kennedy Space Center. The existing system, built in the 1960s with “Orangeburg” pipes, has exceeded its lifespan, leading to failures and maintenance challenges. Key deficiencies include deteriorated pipes, issues at the C-5 substation, and poor condition Vacuum Fault Interrupters at LC-39B. The project aims to replace aged medium voltage feeders, increase capacity for future growth, and enhance power reliability. Goals involve constructing a new duct bank raceway system, installing new MV feeder cabling, improving operations and maintenance with sectionalizer cabinets, building a new indoor switchgear facility at C-5B, and consolidating MV equipment at Pad 39B into a new switching station. Jacobs Engineering is developing a Design Criteria Package for Phase 2 of the solicitation.
    The document addresses questions and responses related to a NASA Launch Complex (LC) 39 Area Duct Bank System Replacement project, likely an RFP. Key clarifications include NASA's stance on Project Labor Agreements (PLA), confirming they won't be eliminated unless competition is hindered and that the successful offeror submits the PLA prior to award. The procurement is not a sealed bid but follows FAR Part 36 and 15. Past Performance CPARS can be submitted in lieu of a questionnaire and won't count against page limits. Design criteria will be provided in Phase 2, and a Bid Bond is not required for Phase 1. The period of performance is negotiable, and an economic price adjustment clause will not be included. Offerors determine key personnel for Phase 1, and related attachments do not count against page limits. The Phase 1 proposal due date is December 16, 2025, with no extensions granted. Experience of affiliates/subsidiaries can be used if explained in the teaming agreement.
    The document is an Attachment 2 – Request for Information (RFI) for Solicitation 80KSC026R0007, concerning the Launch Complex (LC) 39 Area Duct Bank System Replacement. It is structured as a form for prime contractors to submit questions to the NASA Contracting Officer regarding the solicitation. The form includes fields for the contractor's name, contact information, and a numbered list from 1 to 10 for submitting questions, referencing specific solicitation or attachment sections. The RFI's purpose is to facilitate communication between NASA and potential prime contractors, allowing them to seek clarification on the requirements and details of the duct bank system replacement project at Launch Complex 39.
    This government file outlines the proposal submission checklist and volume breakdown for RFP 80KSC026R0007, concerning the Launch Complex (LC) 39 Area Duct Bank System Replacement. The proposal is divided into four volumes: Administrative, Technical Approach, Technical Qualifications, and Past Performance. Key requirements include an Executive Summary, completed Solicitation SF1442, Section K Reps and Certs, and proof of bonding capacity. The Technical Approach (Volume II) requires an understanding of the project scope, design-build integration, and preliminary strategies for schedule, risk, and quality control. Technical Qualifications (Volume III) focuses on specialized experience and technical competence, and capability to perform. Past Performance (Volume IV) necessitates providing information on up to five recent and relevant contracts, past performance evaluation questionnaires, a safety questionnaire, and a financial questionnaire. Page limitations are specified for certain sections, with a total of 25 pages for Volume I, 15 pages for Volume II, and 15 pages for Volume III.
    Attachment 4, the Offeror Information Form for RFP 80KSC026R0007, outlines the requirements for prospective contractors bidding on the Launch Complex (LC) 39 Area Duct Bank System Replacement project. The form mandates detailed submission of offeror information, including legal structure (e.g., Integrated Design-Builder, Joint Venture, LLC, Prime-Sub Contractors), and a comprehensive demonstration of responsibility in accordance with FAR 9.104-1 General Standards. This includes proving adequate financial resources, compliance with schedules, a satisfactory performance and ethics record, necessary organizational and technical skills, and equipment. The form is critical for assessing a contractor's capability and eligibility for federal government contracts.
    The document is a Past and Present Performance Questionnaire (Attachment 5) for the 80KSC026R0007 Launch Complex (LC) 39 Area Duct Bank System Replacement project. It serves as a source selection sensitive information form used to evaluate an offeror's past and present performance. The questionnaire gathers general information about the contractor, including project title, contract number, dollar amount, and performance dates. It also specifies whether the contractor acted as a prime contractor, sub-contractor, or key personnel. Respondents are asked to provide their information and email the completed survey to Ben Crafton at benjamin.p.crafton@nasa.gov and Jacqueline Brooks at jacqueline.a.brooks@nasa.gov. The core of the document involves rating the Offeror across several performance categories: overall performance, conformance to contract requirements, timeliness and schedule adherence, business and management, and quality of work. Each category includes definitions for
    This document is a safety questionnaire, Attachment 6 to RFP 80KSC026R0007, for the Launch Complex (LC) 39 Area Duct Bank System Replacement project. It is designed to assess the safety performance and programs of entities bidding on the project. The questionnaire includes critical inquiries regarding past OSHA or state agency citations for serious, willful, or repeat safety violations, requiring detailed descriptions for any affirmative responses. It also mandates information on the existence of an injury prevention program, with a 'No' answer leading to disqualification. Further questions cover the frequency of documented safety meetings, the entity's Experience Modification Rate (EMR) for the past three premium years, and the Total Recordable Case Incident Rate (TCIR) and Days Away, Restricted or Transfer Case Incident Rate (DART) for the past three years. An explanation is required if the EMR for any year is 1.00 or higher. The document emphasizes the importance of safety compliance and performance in the selection process for the government contract.
    Attachment 7 of RFP 80KSC026R0007 outlines a comprehensive financial and performance questionnaire for Design-Build Prime contractors bidding on the Launch Complex (LC) 39 Area Duct Bank System Replacement project. The questionnaire requires detailed information on the entity's formation, ownership, corporate officers, and employee count. It probes into financial health, including gross revenue for the past three years, current assets, liabilities, net worth, current ratio, working capital, and debt-to-equity ratio. Additionally, the document seeks to uncover potential risks by asking about past bankruptcies, insurance policy refusals, terminations for default, debarments, and significant claims or disputes. It also investigates compliance with prevailing wage laws and any instances of false claims or misrepresentation to public entities. The purpose is to thoroughly assess the financial stability, operational integrity, and past performance of prospective contractors to ensure they meet the rigorous standards for federal government projects.
    The document, titled "ATTACHMENT 8 – Sample Qualification" for the 80KSC026R0007 – Launch Complex (LC) 39 Area Duct Bank System Replacement project, outlines the required qualifications for personnel involved in federal government RFPs, specifically for a launch complex duct bank system replacement. It serves as a template for individuals to detail their professional background, including their role, years of experience with the firm and in the role, relevant certifications, and professional registrations. The form also requires information on three past relevant projects, including their role, cost, completion date, and relevancy to the current project. Finally, it asks for a professional reference with their contact information. This attachment is crucial for evaluating the competency and experience of individuals proposed for the project.
    The document, Attachment 9 (80KSC026R0007), mandates the use of Project Labor Agreements (PLAs) for the Kennedy Space Center's Launch Complex (LC) 39 Area Duct Bank System Replacement project. This requirement aligns with FAR Subpart 22.5 and FAR 36.104(c), as stipulated by Executive Order (E.O.) 14063 and OMB Memoranda M-24-06 and M-25-29. Offerors may voluntarily submit information regarding potential impacts of these PLA requirements with their RFP responses. This information will not be part of the evaluation process or count towards page limits but may be utilized for future market research.
    This government file outlines an RFP for the Launch Complex (LC) 39 Area Duct Bank System Replacement at Kennedy Space Center, Florida. The project involves designing, procuring, and installing approximately 26,000 linear feet of new underground duct bank infrastructure with a 15 kV-class Medium Voltage electrical power distribution system. It includes upgrades to the C-5 Power Distribution Plant, a new switchgear facility (C-5B), and a new switching station at Pad-B. The acquisition will use a two-phase selection procedure with full and open competition under NAICS code 237130. Key aspects include a firm-fixed-price for design (CLIN 0001) and construction (CLIN 0002), with a reserved time and materials CLIN (0003) for unforeseen requirements. The period of performance is estimated from July 31, 2026, to January 30, 2032. The document details inspection, acceptance, and payment terms, including liquidated damages for delays. It also outlines administrative procedures, payment instructions, and special contract requirements such as export licenses, partnering for construction, workplace violence reporting, and compliance with various NASA and KSC safety and security regulations. Offerors must provide representations regarding small business programs and certify compliance with arms control treaties and restrictions on funding activities with China.
    This document is Amendment 0001 to Solicitation 80KSC026R0007 for KSC Construction and Architect and Engineering Support, issued by NASA Kennedy Space Center. It incorporates government responses to Phase 1 pre-proposal questions and updates the solicitation milestone schedule. Key changes include instructions for offerors regarding acknowledgment of amendments, proposal submission requirements, and evaluation criteria for Phase 1. Offerors must submit proposals electronically by December 16, 2025, via email, adhering to strict page limitations and formatting for administrative, technical approach, technical qualifications, and past performance volumes. The amendment details requirements for bonding capacity, offeror information, and past performance evaluations, including safety and financial questionnaires. Phase 2 instructions will be provided to selected offerors later.
    Similar Opportunities
    Install Redundant Power Distribution
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of redundant power distribution systems at Cape Canaveral, Florida. This project aims to enhance the reliability and efficiency of power distribution, which is critical for operational continuity in military facilities. The procurement falls under the NAICS code 237130, focusing on construction related to power and communication line structures, and is set aside for 8(a) competed businesses. Interested contractors should reach out to Leigh Dedrick at leigh.a.dedrick@usace.army.mil for further details regarding the solicitation process.
    KSC Launch Support Services
    Buyer not available
    NASA's National Aeronautics and Space Administration is seeking qualified contractors to provide launch support services at Kennedy Space Center (KSC), specifically focusing on traffic management and access control during crewed launch activities. The contractor will be responsible for implementing comprehensive traffic control measures, ensuring the safe and efficient management of vehicle traffic, and maintaining security protocols at designated long gate locations during an estimated 15-20 launches over a five-year period. This contract is critical for safeguarding personnel and assets while enabling uninterrupted mission operations in compliance with federal and agency requirements. Interested parties can contact Steven R. Wood at steven.r.wood@nasa.gov or Kimberly Thomas at kimberly.d.thomas@nasa.gov for further details.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is soliciting proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during a long downtime period in early 2026. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This opportunity involves construction services under the FY26 National Roofing Program, focusing on roof and RTU replacement as part of a Design-Build Multiple Award Task Order Contract (MATOC). The project is crucial for maintaining the integrity of military facilities, with an estimated cost between $1,000,000 and $5,000,000, and proposals will be evaluated based on the lowest overall price. Interested contractors must submit their proposals via email by December 5, 2025, at 1:00 PM ET, and are encouraged to attend a site visit on November 12, 2025. For further inquiries, contact Ranzel L. Merideth at Ranzel.l.merideth@usace.army.mil or Joshua Westgate at joshua.k.westgate@usace.army.mil.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.