SOLICITATION NOTICE
Z -- MSFC 4707 MPTA FACILITY MODIFICATION FOR VERTICAL WELD
- Notice Date
- 7/17/2009
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM09ZPS004E
- Response Due
- 8/3/2009
- Archive Date
- 7/17/2010
- Point of Contact
- John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, Email Ketela.K.Helton@nasa.gov<br />
- E-Mail Address
-
John A. Busbey
(john.busbey@msfc.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/MSFC plans to issue an Invitation for Bids (IFB). PROJECT DESCRIPTION: Thework to be performed under this project consists of providing the labor, equipment, andmaterials to perform the MSFC 4707 MPTA Facility Modification for Vertical Weld. Therewill be a new Vertical Assembly Tool in building 4707.This tool will require themodification of the electrical service, existing foundations, moveable platforms, andHeating, Venting, and Air Conditioning. The electrical work will include the installationof a new electrical service and distribution panels. The foundation work will include theinstallation of a new footing to accept the weight of the tool (tool and toolinstallation by others) and the demolition and installation of a new floor slab. Thereis also an existing turntable pit that will be modified to accept a new turntable(turntable and turntable installation by others). A new epoxy floor coating system willfinish the new slab. The facility also has an existing moveable platform split in twohalves in which each half can raise and lower independently from one another. The twohalves can also tilt when necessary. The platforms currently cannot move and need to bere-conditioned with modern critical lift controls and hoists such that the platforms areconditioned to a safe and working order. In addition to the platforms an existingpersonnel elevator will be modified such that it will stop at the platform level and openand additional cab door. The mechanical work involves the installation of a 60 TonHot/Chilled Water air handling unit that will be installed with supply and returnductwork to maintain a constant temperature at the assembly level. This contract effortcovers the demolition of existing foundation, demolition of a small control room,installation of the new foundation and tool support footings, modification of theexisting turntable pit, a new epoxy floor system, rehabilitation of the critical liftmoveable platforms, control and door upgrades to the personnel elevator, and theinstallation of a new HVAC air handler with connecting ductwork and piping. The projectincludes architectural, electrical, mechanical, civil, and structural disciplines. The order of magnitude for the procurement is $1,000,000-$5,000,000 and the effort shallbe completed within 245 calendar days after notice to proceed. This procurement is part of the Small Business Competitiveness Demonstration Program. TheNAICS Code and small business size standard for this procurement are 236210 and $33.5M,respectively. The anticipated release date of the IFB is on or about August 3, 2009 with an anticipatedoffer closing date of on or about September 2, 2009. The firm date for receipt of bids orproposals will be stated in the IFB. All packages requested must be in writing andcontain the Company Name, Address, and Phone/Fax numbers. Request for IFB packages shouldbe made to Mary Dobbins/DFSI at mary.e.dobbins@nasa.gov or the below listed personnel. Bidders are hereby informed that their Experience Modification Rating (EMR) will beevaluated as one of hte areas considered in making a responsibility determination inaccordance with Federal Acquisition Regulation (FAR) 9.105-1(c). Bidders shall thereforesubmit their EMR rating with their bid. A bidder's EMR rating higher than 1.0 may because for finding the bidder non responsible in accordance with FAR 9.103. Subcontractor(s) working under the prime contractor shall have an EMR of 1.1 or less andshould be submitted to the Contracting Officer prior to Notice to Proceed.Requests for IFB packages will not be accepted less than 10 days prior to bid opening.Award of this project is contingent upon the availability of funds. All responsible sources may submit a bid which shall be considered by the agency.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/MSFC Business Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the URLs linked below.An organized site visit is not planned at this time. Site visits may be arranged bycontacting Pam Davis at 256-544-7861. All contractual and technical questions must be submitted in writing to Mary Dobbins/DFSIvia e-mail mary.e.dobbins@nasa.gov. Telephone questions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM09ZPS004E/listing.html)
- Record
- SN01879844-W 20090719/090718001028-0f04fc191b53d548a22078e9f050a2c6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |