Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2013 FBO #4100
SOURCES SOUGHT

Y -- LANGLEY RESEARCH CENTER MULTIPLE AWARD CONSTRUCTION CONTRACT

Notice Date
2/12/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL13MACC1
 
Response Due
2/27/2013
 
Archive Date
2/12/2014
 
Point of Contact
Curtis Hyman, Contract Specialist, Phone 757-864-2473, Fax 757-864-7709, Email curtis.hyman@nasa.gov
 
E-Mail Address
Curtis Hyman
(curtis.hyman@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking capabilities from Small, Small Disadvantaged (SDB), 8(a), Woman Owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), and Historically Underutilized Business Zone (HUBZone) businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract. The Government reserves the right to consider a Small, SDB, 8(a), WOSB, VOSB, SDVOSB, or HUBZone business set-aside based on responses hereto. The LaRC requirements include the following: The work will include general and specialized constructions activities (eg., roofing, demolition, mechanical, heating ventilation and air conditioning, electrical, and plumbing) and incidental related work.The activities relate to the new construction, renovation, and/or repair of facilities and infrastructure such as 1) administrative facilities; 2) warehouses and supply facilities; 3) computer and research laboratory facilities; 4) wind tunnel and metal shop facilities; 5) abatement and handling of hazardous/regulated materials (asbestos, lead paint, and polychlorinated biphenyls); 6) civil, sanitary storm water, mechanical and electrical systems supporting the facilities and infrastructure; 7) modification and upgrade of the electrical power system support including low voltage (< 600 V), medium voltage (2.4kV, 6.6/6.9kV, and 22kV), and high voltage (115kV) and equipment switchboard, motor control center and switchgear electrical power distribution systems; 8) process systems supporting the research facilities and infrastructure (eg., 6000 psig air, liquid, nitrogen, propane, natural gas, and vacuum). Potential offerors are referred to the attached Draft Requirements Document for a detailed listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction with a small business size standard of $33.5 million. The anticipated contract type is firm fixed price IDIQ with a five (5) year period of performance. The anticipated guaranteed minimum is $5,000 for the life of each contract awarded and the anticipated maximum contract amount for the cumulative value of all contract awarded is $100,000,000. Individual task orders against the contracts are anticipated to vary in size ranging from $100,000 to $10,000,000. It is anticipated that a range of three (3) to five (5) IDIQ contracts will be awarded as a result of any future solicitation; however awards may vary dependent upon industrys response and the Governments evaluation. This is a sources sought synopsis to be used for information purposes only for preliminary planning purposes to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, gain knowledge of interest, and to support any potential set-asides. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested small business concerns having the required specialized capabilities are encouraged to respond to this announcement by completing the attached market research questionnaire and submit it via email to the address below. Also, any questions you may have are to be submitted in writing, via email, to be used for consideration in the development of the requirements. Total submission shall not exceed ten (10) pages and submitted in a PDF file. This sources sought synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.All responses shall be submitted electronically via email to Curtis Hyman at curtis.hyman@nasa.gov no later than February 27, 2013.Please reference NNL13MACC1 in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL13MACC1/listing.html)
 
Record
SN02986047-W 20130214/130212234924-0424fffb2ceaa866c2800aa187d0c473 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.