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.