SOLICITATION NOTICE
Z -- NASA WHITE SANDS TEST FACILITY (WSTF) ROOFING PROJECT BUILDINGS 113, 200, 201, AND 203
- Notice Date
- 7/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- 13SSC-O-03-44
- Response Due
- 9/17/2003
- Archive Date
- 7/28/2004
- Point of Contact
- James D. Huk, Contracting Officer, Phone (228) 688-1045, Fax (228) 688-1141, Email james.huk@ssc.nasa.gov - James D. Huk, Contracting Officer, Phone (228) 688-1045, Fax (228) 688-1141, Email james.huk@ssc.nasa.gov
- E-Mail Address
-
James D. Huk
(james.huk@ssc.nasa.gov)
- Description
- Contracting Office Address NASA Acquisition Management Office, Code BA30, Stennis Space Center (SSC) Stennis Space Center, MS 39529-6000 Description NASA/SSC plans to issue a Best Value Request for Offer for the following White Sands Test Facility (WSTF) Roof Replacement. NOTE *****All Offerors shall note that all work as a result of this synopsis and subsequent solicitation shall be accomplished at the NASA White Sands Test Facility, Las Cruces New Mexico, 88004-0020***** The work to be performed under this project consists of providing the labor, equipment, and materials to install a mechanically fastened, thermoplastic single-ply roofing system on buildings 113, 200, 201, and 203. Install permanent fall protection system per specifications on all new roofs before roofing work begins. Test existing roof insulation for moisture damage and remove/replace insulation if necessary. Remove all debris, ballast material, and if necessary any damaged roofing. Install underlayment for the single-ply membrane. Remove and re-install existing metal walkways, add membrane walkways and working platforms from roof access to/around roof top mounted equipment. With same material provide platform at roof access. Install two-way vents at the rate of one per 1000 square feet to allow any moisture trapped below the membrane to escape. Owner will remove existing lightning protection system and install new lighting systems on all roofs. Contractor shall install 8 (eight) inch wide walkpad material where conductor and air terminals for new lighting protection system are going to be installed. The order of magnitude for the procurement is $500,000 to $1,000,000 and the effort shall be completed within 120 calendar days after issuance of notice to proceed. Best Value Selection (BVS) seeks to select an offer based on the best combination of price and qualitative merit (including past performance, and relevant experience) of the offers submitted and reduce the administrative burden on the Offerors and the Government. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the Offeror with the lowest evaluated price (fixed-price contracts). However, the Government will consider awarding to an Offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an Offeror whose offer has lower qualitative merit if the price (or cost) differential between it and other offers warrant doing so. This procurement is unrestricted. The NAICS Code and small business size standard for this procurement are 238160 and $12.0 million, respectively. This procurement is part of the Small Business Competitive Demonstration Program. As a result, all qualified sources may submit a bid, which shall be considered by the agency. The anticipated release date of the RFO is on or about August 18, 2003 with an anticipated bid closing date of on or about September 17, 2003. All offerors are reminded the firm date for receipt of bids or offers will be stated in the RFO. The Cut-off date for questions in response to the solicitation and the site visit for this project is August 29, 2003. The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are expected to inspect the site where the work will be performed. An extremely important pre-proposal conference and site visit have been scheduled for September 21, 2003 at 9:00 a.m. to 1:00 p.m. at the White Sands Test Facility Rotunda (Building 110). Offerors shall send e-mail containing the following information on all personnel who will be attending the site visit: Attendee's full name Company Name Phone Number E-Mail Address Prime or Subcontractor E-mail shall be sent to: James.D.Huk@nasa.gov The information listed above is required in order to meet security requirements for access to the site. Participants should allow up to 30 minutes to process through the main gate. Oral questions will not be accepted; but written questions will be accepted at the conclusion of the site visit. Official written answers to questions will be posted as an amendment. Offerors are encouraged to submit questions prior to the pre-proposal conference. Offerors are strongly encouraged to attend the site visit conference to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. OFFERORS ARE CAUTIONED THAT WSTF IS A UNIQUE FACILITY AND THAT THE WORK CONTEMPLATED BY THE MODEL CONTRACT IS NOT LIKELY TO BE FOUND IN COMMERCIAL SETTINGS. WHILE ATTENDANCE AT THE SITE VISIT WILL NOT BE CONSIDERED IN THE EVALUATION OF PROPOSALS (EITHER POSITIVELY OR NEGATIVELY), ANY COMPANY WHICH DOES NOT ATTEND THE SITE VISIT MAY HAVE DIFFICULTY IN RESPONDING APPROPRIATELY TO THE RFO. An ombudsman has been appointed -- See NASA Specific Note "B". Specifications and Drawings will only be made available on CDROM. Requests for copies shall be made by email to the Bid Distribution Office: James.D.Huk@nasa.gov or you may fax your request to (228) 688-1141. The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will be available over the Internet at NASA/SSC Business Opportunities page: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=64 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Government-wide Notes NASA-Specific Notes All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
- Web Link
-
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/SSC/OPDC20220/13SSC-O-03-44/listing.html)
- Record
- SN00385188-F 20030730/030728223017 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |