|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1996 PSA#1714NASA, Johnson Space Center, BJ33, Houston, TX 77058-3696 Y -- REPAIR MECHANICAL SYSTEMS, BUILDING 17 SOL 9-BJ33-T14-7-03P DUE
111596 POC Contract Specialist: Karon Cox, (281) 483-4159 Contracting
Officer: R. J. Etchberger, (281) 483-8530 NASA/JSC plans to issue a
Request for Offer (RFO) for ''Repair Mechanical Systems, Building 17''.
This procurement is open to both large and small business and ranges
between $500,000 and $1,000,000. This procurement is being conducted
under the NASA/JSC MidRange Pilot Test Program approved by the Office
of Federal Procurement Policy on April 16, 1993. The Standard
Industrial Code is 1711 and this project provides for the replacement
of the existing primary heating ventilating and air conditioning (HVAC)
equipment with new moderized HVAC equipment in Building 17 at the
Johnson Space Center. This project is divided into a Base Bid and Three
(3)Additive Alternates. Base Bid: The Base Bid work includes the
replacement of three (3) existing air handling units (AHU's): AH-17-1,
AH-17-4, and AH-17-6. The work also includes installing two new fan
coil units. Additive Alternate No. 1: Additive Alternate No. 1 provides
for the replacement of three (3) existing air handling units: AH-17-2,
AH-17-3, and AH-17-7. Additive Alternate No. 2: Additive No. 2
provides for converting the existing constant volume HVAC system
associated with AH-17-1 and AH-17-4 into a variable air volume
(VAV)system. The work includes replacing the associated existing
constant volume mixing boxes' internal dampers and pneumatic damper
controllers with new VAV dampers and pneumatic damper contollers. The
mixing boxes' casings and support hangers shall remain in place. The
work also includes providing variable speed drives in AH-17-1 and
AH-17-4. Additive Alternate No. 3: Additive No. 3 provides for
converting the existing constant volume HVAC system associated with
AH-17-2 and AH-17-3 into a VAV system. The work includes replacing the
associated existing constant volume mixing boxes' internal dampers and
pneumatic damper controllers with new VAV dampers and pneumatic damper
controllers. The mixing boxes' casing and support hangers shall remain
in place. The work also includes providing variable speed drives in
AH-17-2 and AH-17-3. Due to the ongoing occupancy of the building, the
Contractor shall take due consideration to lessen disruption to the
building and its occupants. This will include night shift construction,
installing systems in stages, installing temporary air handling units
to provide cooling during the air handling unit replacement periods,
and any other practical considerations required to ensure that building
operations are not excessively interfered with. The building contains
asbestos. This will require the contractor to perform spot asbestos
abatement on the decking and structural members above the suspended
ceiling to install ductwork, piping and conduit hangers. Some of the
ductwork insulation canvas and the hot water and steam piping
insulation may also have asbestos containing material (ACM). Dust
containing ACM's can also be found inside AH-17-1, AH-17-2, AH-17-3,
and AH-17-4. Precautions against asbestos contamination shall be
implemented as indicated in the JSC Asbestos Control Manual. Some of
the AHU's have paint coatings that contain lead. Demolition of the
AHU's shall be performed with a cutting saw. Torch cutting or any other
form of burning is not an approved method for demolition of the AHU's.
The construction contractor will be given approximately 300 calendar
days to complete the project. All responsible sources may submit an
offer which shall be considered by the agency. An ombudsman has been
appointed to hear concerns from offers and potential offerors during
the preaward and postaward phases of this acquisition. The purpose of
the ombudsman is not to diminish the authority of the contracting
officer, the Source Evaluation Board, or the selection official, but to
communicate concerns, issues, disagreements, and recommendations of
interested parties to the appropriate Government personnel and to work
to resolve them. When requested, the ombudsman will maintain strict
confidentiality as to the source of the concern. The ombudsman does not
participate in the evaluation of proposals, the source selection
process, or the ajudication of formal contract disputes. Interested
parties are invited to call the installation ombudsman, Susan H. Garman
at 713-483-0490. Concerns, issues, and disagreements which cannot be
resolved at the installation may be referred to the NASA ombudsman, Tom
Luedtke at 202-358-2090. The solicitation and any documents related to
this procurement will be available over the Internet. These documents
will be in RTF format and will reside on a World-Wide Web (WWW)
server, which may be accessed using client browsers, such as, MOSAIC or
NETSCAPE. The WWW address, or URL, of the JSC Procurement home page is:
''http://www.jsc.nasa.gov/bd2/'' It is the offeror's responsibility to
monitor this site for solicitation release. Potential offerors will be
responsible for downloading their own copy of the solicitation. The
specifications and drawings must be purchased from Ridgway's, Inc.,
Attn: Bill Dement, 5711 Hillcroft, Houston, TX 77036. Phone
713-787-1224, FAX 713-974-4945. The RFO will be released on or about
November 15, 1996 If there are any questions, the contract specialist
may be contacted via E-mail at kcox@ja1.jsc.nasa.gov or by phone at
(281) 483-4159 or the contracting officer may be contacted via E-mail
at retchber@ja1.jsc.nasa.gov or by phone at (281) 483-8530. See note
26. (0305) Loren Data Corp. http://www.ld.com (SYN# 0085 19961101\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|