SOLICITATION NOTICE
Z -- REHABILITATION-OF-STEAM-PLANT-BOILERS
- Notice Date
- 12/1/2010
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11ZCE007E-Steam-Plant-Boilers
- Archive Date
- 12/1/2011
- Point of Contact
- Erick N. Lupson, Contracting Officer, Phone 216-433-6538, Fax 216-433-5489, Email Erick.N.Lupson@nasa.gov
- E-Mail Address
-
Erick N. Lupson
(Erick.N.Lupson@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- NASA Glenn Research Center plans to issue a Invitation For Bid (IFB), forRehabilitation of the Steam Plant at the NASA Glenn Research Center, Cleveland, Ohio. Thework to be performed under this project consists of providing all the labor, equipment,and materials necessary to Rehab the Steam Plant which primarily consists of replacingboilers number 3 and 4 with a new high efficiency steam generator a nominal 70,000 lb/hour capacity to include a new boiler combustion system. In conjunction with the removalof boilers number 3 and 4, the associated low voltage electrical panels and feeders shallbe removed and replaced. OPTIONS include the following: Option 1: Installation, andcommissioning of the Automated Combustion/Make-Up/Ventilation Air System to include thefollowing: Two (2) combustion air heater units (CAH); Structural steel framing andsupport for the two units; Electrical power for the two units; Control power (electric),instrumentation, and programming including smoke detectors for the two units; Steam andsteam condensate piping & pipe insulation for the two heater coils; Distribution supplyair ductwork & grilles; Steam condensate receiver pump unit; Concrete housekeepingsupport pad for the pump; Compressed service air piping for the pump; and painting of thepipe; Condensate drainage and vent piping for the pump; Vent pipe roof penetrations; Five(5) supply & exhaust air wall louvers with motor-operated (electric) dampers and plenums;Electrical power for the motor-operated dampers; Control instrumentation and programmingfor the motor-operated dampers; Balancing, flow, and pressure testing.Option 2:Installation, and commissioning of the Automatic Wet Fire Suppression System to includethe following: Hydraulic calculations; Underground domestic water tie-in to the existingpipeline, including excavation and yard & pavement repair\replacement; Backflow preventerand related components; Building interior sprinkler distribution piping & heads; andpainting of the pipe; Flow and pressure testing. Option 3: All work associated with thereplacement of power panels P01 and P02, including the associated feeder conductors forthe respective panel back to the source. Option 4: All work associated with thereplacement of power panels P0101, P0102 and P0202, including the associated feederconductors for the respective panel back to the source. Option 5: All work associatedwith the replacement of power panels P0103, P0104, P0105, P0106, P0201 and P0203,including the associated feeder conductors for the respective panel back to the source. Option 6: Removal and replacement of all existing windows. Options shall be pricedseparately. The magnitude of the Construction project is estimated between $1,000,000.and $5,000,000. A FIXED PRICE CONTRACT is contemplated. This work is considered 'ALLOTHER SPECIALTY TRADE CONTRACTORS'. The North American Industry Classification System(NAICS) code is 238990 and $14.0 million in three-year average annual receipts fordetermining whether or not a business is small. THIS IS A 100%-8(a)-SET-ASIDE. Technical and procurement related questions shall be directed to: Erick.N.Lupson@nasa.gov. The firm date for receipt of offers will be stated in the IFB. Drawings and specifications will be available from a local BLUE PRINTER listed in theIFB. The Period of Performance shall be stated in the IFB. All qualified responsiblesources may submit an offer which shall be considered by the agency. An ombudsman hasbeen appointed -- See NASA Specific Note 'B'. THE SOLICITATION SHALL BE POSTED AS SOONAS AN IFB OPENING DATE IS ESTABLISHED.The solicitation and any documents related tothis procurement [with the exception of specifications and drawings] will be availableover the INTERNET. These documents will be in Microsoft Office 2000 format and willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/GRC Business Opportunities page ishttp://www.fedbizopps.gov/. Prospective bidders shall notify this office of their intentto submit an offer. It is the offer's responsibility to monitor the Internet site for therelease of the solicitation and amendments (if any). Potential bidders will beresponsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasenmote.html.All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11ZCE007E-Steam-Plant-Boilers/listing.html)
- Record
- SN02336170-W 20101203/101201234223-35050854e4d2e84a104236abe9fad04f (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 |