|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1997 PSA#1955NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 J -- PROVIDE AND INSTALL CHILLED WATER PIPING MODIFICATIONS FOR THE
INSTALLATION OF TEMPORARY MOBILE CHILLERS AT N258. SOL RFQ2-36754MJM
DUE 111497 POC Lana J. Clemon, Contracting Officer, Phone (650)
604-5830, Fax (650) 604-0177, Email ljones-clemon@mail.arc.nasa.gov --
Lana J. Clemon, Contracting Officer, Phone (650) 604-5830, Fax (650)
604-0177, Email ljones-clemon@mail.arc.nasa.gov WEB: Click here for the
latest information about this notice,
http://procurement.nasa.gov/EPS/ARC/date.html#RFQ2-36754MJM. E-MAIL:
Lana J. Clemon, ljones-clemon@mail.arc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP) portion of
the Federal Acquisition Streamlining Act (FASA) and is being issued as
a Request for Quotations (RFQ) for the installation of chilled water
piping connections at various points to faciliate temporary hook-up of
mobile chillers in support of a Construction of Facilities (C of F)
project. The provisions and clauses in the RFQ are those in effect
through FAC 90-46. This procurement is a total 100 percent small
business set-aside. See Note 1. The SIC code and the small business
size standard for this procurement are 1711 and 7M, respectively. The
quoter shall state in their quotation their size status for this
procurement. All qualified responsible business sources may submit a
quotation which shall be considered by the agency. Overall project
completion shall be December 31, 1997 (See Statement of Work for other
controlling times and dates). The DPAS rating for this procurement is
DO-C9. Project work shall be in accordance with the following listed
Statement of Work (paragraphs 1.1 through 5.1 which is incorporated and
made a part of this Request for Quotation (RFQ2-36754(MJM). PLANT
ENGINEERING BRANCH(JFP) STATEMENT OF WORK(Mike McIntyre) 1. SCOPE: 1.1
Title: Temporary Chiller Piping Modifications: Accomplish 1.2 Location
of Work: NASA Ames Research Center 1.2.1 Building N258, Mechanical
Room, No. 130 1.2.2 Building N258, Motor Generator Room 2. REFERENCES:
a. AHB1700-1, NASA Ames Health and Safety manual (for perusal at NASA)
b. A 258-9704-G1, Process Cooling System, N258 Piping Connections,
Location Map, Project Title and Drawing Index c. A 258-9702-G2, General
Notes, Symbols and Abbreviations d. A 258-9702-M1, Mechanical Room No.
130 e. A 258-9702-M2, Motor Generator Room f. A 258-9702-M3, Details,
Temporary Chiller g. AMES Standard Construction Specifications, dtd:
20SEP96 3. REQUIREMENTS: 3.1 Remove and reinstall interferences
necessary to accomplish work required by this statement of work. 3.1.1
The Government will remove and reinstall fluids necessary to
accomplish work required by this statement of work. 3.2 Accomplish the
requirements of 2.a through 2.g and the following: 3.2.1 The
Contractor shall start the actual piping installation at 11:00 am on
December 26, 1997 and shall be completely (except for insulation,
lagging, and painting) finished with this piping installation project,
including testing, on or before 12:01 am, December 29, 1997. The
Contractor shall be assessed liquidated damages in the amount of
$500.00 per hour for every hour past 12:01 am of December 29, 1997 that
the chilled water system is not running caused by late completion of
work.(see Note 4.3). 3.2.2 The Contractor shall submit two(2) legible
copies of a production schedule denoting a prefabrication and
installation plan with time frames to NASA, Code JFP, four(4) weeks
prior to the actual piping installation requirements start date as
listed in 3.2.1. 3.2.3 Piping and associated components shall be
fabricated and installed in accordance with ASME B16.25, ASME -17,
ASME-B31.3, MSS SP-69, and AWS-02. 3.2.3.1 The Contractor shall acquire
a burn/weld permit from NASA Safety(John Livacich, bldg. 19, rm. 1066,
ext: 604-3351) three(3) days prior to start of piping on site
installation work as required in 3.2.1. 3.2.4 Install new chilled water
piping gaskets and fasteners on new flange and valve piping
installations. 3.2.4.1 Fasteners shall conform to ASTM A 307, Grade
B(bolts), and ASTM A 563(nuts), course-threaded series. The length of
externally threaded fasteners shall be such that a minimum of one
thread to a maximum of five threads shall protrude beyond the crown of
the tightened nuts. 3.2.6 Install new piping supportsto new piping
installations. CHECK POINT(Hydrostatic testing) 3.2.5 Hydrostatically
test the new and disturbed piping, using clean fresh water at 90 PSIG
for a minimum of 30 minutes. Allowable leakage at new and disturbed
joints: NONE. 3.2.5.1 Contractor shall repair any leaks found and
retest in accordance with 3.2.5. 3.3 The Contractor shall supply all
electrical power and welding equipment to accomplish the requirements
of this statement of work. The Government will not provide any
electrical power, including lighting due to building annual power
shutdown. 3.4 The Contractor shall protect all equipment and Government
property from burning and welding leaving no injurious effects as a
result of this statement of work. 3.5 The Contractor shall provide and
use means to eliminate burning and welding smoke from inside the work
areas as a result of this statement of work. 3.6 The Contractor shall
clean and remove all dust, rust, dirt, debris and foreign matter from
the work areas as a result of this statement of work. 3.7 Install new
piping insulation and lagging on new piping, valves, and fittings and
where disturbed as a result of this statement of work. 3.8 Clean,
prepare, prime and paint all new and disturbed surfaces/areas as a
result of this statement of work. 4. NOTES: 4.1 Work this "statement of
work" in conjunction with the building's annual shutdown requirements
which will be accomplished at the same time frame as in 3.2.1.
Contacts: John Talbot (BAMSI, ext: 604-6100) and Mark Tagney (N258
building Manager, ext: 604-4415). 4.2 Contractor shall provide the
names of all the people (for visitor badging) who will be working on
this project (on site) at NASA Ames, one(1) week prior to start of work
to Mike McIntyre, Plant Engineering Branch(JFP), M/S: 19-11, Moffett
Field, CA. 94035-1000 or FAX at (650)604-3772 or (650)604-7354. List
full names, company name, US or foreign national. If foreign national,
all identification will be required, including green card numbers,
work permit numbers, etc. All people shall be required to show picture
identification to receive a NASA visitor pass prior to entry. Foreign
nationals will not be allowed into the motor generator room when the
facility is up and running. 4.3 Refilling the chilled water system for
hydrostatic testing and operational running requires approximately
four(4) hours. 5. GOVERNMENT FURNISHED MATERIAL(GFM): 5.1 NONE. (JFP,
Mike McIntyre) Quotations for the items(s) described above may be
mailed or faxed to the identified point of contact [or bid distribution
office, by the date/time specified and include, solicitation number,
FOB destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1. If the end product(s) quoted is other than domestic end
product(s) as defined in the clause entitled "Buy American Act --
Supplies," the quoter shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
may be obtained via the internet at URL:
ftp://procure.msfc.nasa.gov/pub/reps_certs/sats FAR 52.212-4 is
applicable. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. These clauses are: 52.222-26
52.222-35,52.222-36,52.222-37,52.225-3. FAR 52.222-3 and 52.233-3 are
applicable. A copy of the Statement of Work, Drawings listed in the SOW
"Reference" section, and NASA Standard Construction Specifications are
all available on request by submitting an e-mail or FAX request with
the interested parties Full Name and Address to the Primary or
Secondary Point of Contact listed below, no later than October 24,
1997. A "Walk-through" will be conducted on October 23, 1997, 09:00 AM,
at Ames Research Center, building N258 show work areas as listed in the
SOW. Questions regarding this acquisition must be submitted in writing
no later than October 31, 1997. Quotations are due by November 14,
1997, 3:00 PM, PST, to the following address: Plant Engineering Branch,
Michael J. McIntyre, M/S: 19-11, Rm.1021, Moffett Field, CA.
94035-1000. Award will be based upon overall best value to the
Government, with consideration given to the factors of proposed
technical merits, price and past performance; other critical
requirements (i.e., delivery) if so stated in the RFQ will also be
considered. Unless otherwise stated in the solicitation, for selection
purposes, technical, price and past performance are essentially equal
in importance. It is critical that offerors provide adequate detail to
allow evaluation of their offer (see FAR 52.212-1(b). Quoters must
provide copies of the provision at 52.212-3, Offeror Representation and
Certifications -- Commercial Items with their quote. See above for
where to obtain copies of the form via the Internet. An ombudsman has
been appointed -- See Internet Note "B". It is the quoter's
responsibility to monitor this site for the release of amendments (if
any). Potential quoters will be responsible for downloading their own
copy of this combination synopsis/solicitation and amendments (if any).
(0290) Loren Data Corp. http://www.ld.com (SYN# 0043 19971021\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|