Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Demolition of the FSS & RSS at Launch Complex 39B
May 26, 2009
7:18 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

The National Aeronautics and Space Administration (NASA) at the John F. Kennedy Space Center (KSC) is soliciting information about potential sources for the Demolition of the Fixed Service Structure (FSS) / Rotating Service Structure (RSS) at Launch Complex 39B, Kennedy Space Center, Florida 32899. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit capability packages, appropriate documentation and references. SCOPE OF WORK This project includes demolishing the entire RSS structure from the pivot hinge at the southeast corner of the FSS back to the rail trucks but not the rail or Rail Bridge crossing the flame trench. The approximate weight of the RSS is approximately 5000 tons of mostly steel but also contains copper, aluminum and stainless steel. Included is the FSS from its footprint on the pad surface upward and on all sides including the concrete elevator shafts and everything being supported by the FSS structure extending outside the footprint above the pad surface. This includes the walkway extending north beyond the north face of the FSS to the stair tower. Does not include the stair tower or any structure north of the stair tower The existing Emergency Egress Slidewire system cables, slide basket platform on the 195 foot level, and designated portions of the landing area west of the pad shall be removed. FSS demolition shall be to the pad surface with cutting and or capping all lines extending through to below the pad surface. A complete demolition design will be performed and provided to the demolition contractor with specific hazardous material analysis and special safety requirements. The primary restriction to this demolition will be that no explosive methods shall be used in the pad area nor shall any damage be allowed to the pad surface. Pad surface must be left flat without tripping hazards. All pipes and tubing must be capped or sealed at or below Pad surface. The Pad surface and subsurface must be protected during demolition activities. Pad surface can be assumed to support a 100-ton tire crane and a live load on the Pad Terminal Connection Room (PTCR) roof of 500 psf uniformly distributed. The soil bearing capacity under the Pad surface is assumed to be 2500 psf. The contractor will be provided lay-down area near the demolition site (outside the perimeter fence) to disassemble and temporarily store materials. A high priority in determining the method of demolition is the quick removal of material from the inside of the Pad perimeter fence. One proposed lay-down site is on the crawler-way to Pad B. The contractor may propose other sites. Proposal for removal of materials may use the rail, barge or vehicular transportation from the site. The Pad is approximately 4 miles from the nearest usable rail location. The distance to the barge is approximately 4 miles from Pad B. All demolition debris shall become property of the contractor, who shall be responsible for removal from KSC or transportation to the KSC landfill. All concrete debris shall be reduced to less than 2feet in diameter prior to transportation to KSC landfill. Export Control requires that all items must be rendered unusable and unrecognizable prior to removal from KSC. Historic preservation/salvage is not a requirement for this structure. The NAICS code for this procurement is 238910 with a small business size standard of$14.0M. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: (h) More than $10,000,000. SPECIFIC INFORMATION SOLICITED Responders to this notice are requested to submit a capability package by providing the following information: 1. Organization name, DUNS Number, address, description of principal business activity, number of year in business, primary point of contact. 2. Business size, number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, Service Disabled Veteran-Owned, and/or woman-owned. 3. Financial Capability Provide bonding capacity of your firm and the most current Balance Sheet and Income Statement, average annual revenue for the past 3 years. 4. Experience Number of years in business and listing of relevant work performed in the previous 3 years. Relevant work for the purposes of this Notice can be defined as, but not limited to, the following: a. Demolition of steel bridges, ship disposal, industrial-type steel/structure. Multi-story demolition projects such as launch pads, oil refineries, distillation towers, chemical plants, etc. b. Demolition in close proximity to high value equipment/structures. c. capacity to dismantle heavy steel structures in excess of 250 above a load restricted surface without impact or damage to the surface or adjacent structures. d. demolition in excess of 7,500 tons of structural steel including dismantling and transporting from the site. RESPONSE INSTRUCTIONS The requested responses are for information and planning purposes only. NASA does not intend to post information or questions received to any website or public access location. NASA does not plan to respond to the individual responses. All responses should be provided in MS Word document format. Font should be Times New Roman, size 12. Responses will consist of a cover sheet and 5 pages and should referenceNNK09FSSRSS1, Launch Complex 39B Fixed Service Structure / Rotating Service Structure Demolition. Responses must be submitted electronically to the Procurement Officer listed below: NASA John F. Kennedy Space Center ATTN: Richard M. Johanboeke [EMAIL="richard.m.johanboeke@nasa.gov"]richard.m.johanboeke@nasa.gov[/EMAIL] Respond by 3:00PM EDT, Thursday June 4, 2009. DISCLAIMER This information is for planning purposes only, subject to FAR Clause 52.215-3, entitled Solicitation for Information and 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. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the FedBizOpps and on the NASA Acquisition Internet Services (NAIS). It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Failure to respond to this Source Sought Notice does not exclude any interested party from future consideration for proposals for design/construction/demolition which may be announced or solicited by NASA.

The referenced project site may be viewed on the attached photos:

http://images.ksc.nasa.gov/photos/2000/low/KSC-00PD-5067.gifImage Enlarger

http://images.ksc.nasa.gov/photos/1999/low/KSC-99PP-1431.gifImage Enlarger

http://grin.hq.nasa.gov/IMAGES/SMALL/GPN-2000-000970.jpgImage Enlarger

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
76 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3037

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19252

Posts: 27485

Administrators: JOHN: 7602, John: 6249