Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24, 2001 PSA #2773
SOLICITATIONS

Z -- REHABILITATION AND MODIFICATION, FLIGHT LOADS LABORATORY, BUILDING 4820

Notice Date
January 22, 2001
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
ZIP Code
93523-0273
Solicitation Number
RFO4-01021
Point of Contact
James M. Hillman, Contracting Officer, Phone (661) 276-2457, Fax (661) 276-2904, Email jim.hillman@dfrc.nasa.gov -- Sally L Saunders, Contracting Officer, Phone (661) 276-2872, Fax (661) 276-2291, Email sally.saunders@dfrc.nasa.gov
E-Mail Address
James M. Hillman (jim.hillman@dfrc.nasa.gov)
Description
NASA/DFRC hereby solicits information from potential sources for the rehabilitation and modification of Building 4820, Flight Loads Laboratory, for the National Aeronautics and Space Administration at Dryden Flight Research Center (NASA/DFRC), Edwards, California 93523. Contractor shall provide all the labor, equipment, and materials including architectural, structural, mechanical, electrical, fire protection, and demolition/hazardous materials abatement work. Architectural and structural scope includes the construction of an approximately 2,800 SF second story addition to an existing single story structure. The new addition includes a conference room, restrooms, a janitor's closet, a data/communications room, an open office area, and new one-hour rated corridor. New seismic bracing will be install on an existing raised computer floor. New access stairway and handicapped accessible ramp will be installed for the existing raised floor area. Existing personnel access door will be recessed and seals and weather stripping in the existing high bay test area hangar doors will be replaced. Mechanical scope includes: 1) Provision of all associated heating, cooling and plumbing modifications and additions to existing building mechanical and plumbing systems for the construction of the new building addition. 2) Installation of new evaporative cooling units, related ductwork and equipment for High Bay Test Area, Warehouse, and Load Frame area. 3) Removal of existing water, compressed air, and gas piping in the High Bay Test Area and replacement with new piping. 4) Removal of existing gravity louvers in the roof of the High Bay Test Area and replacement with electrically operated louvers. Electrical scope includes: 1) Replacement of specified existing panels, switchboards and motor control centers (MCC) in hangar area with new ones. 2) Replacement of existing generator with new UPS units in the mechanical room on the third floor. 3) Provision and installation of light fixtures, receptacles, telephone, and fire alarm devices at second floor addition. 4) Disconnection of electrical circuits from existing exhaust fans on high bay roof and reconnect to new exhaust fans. Disconnection and removal of associated conduits and wire at existing HVAC equipment on first floor roof and mechanical rooms. Provision and installation of conduits to connect new HVAC equipment. 5) Replacement of motors for hangar doors. Fire protection scope includes: 1) Design work for the extension of the existing fire sprinkler system to serve the new building addition. 2) Provision and installation of all piping and related equipment to provide fire sprinkler service to the new addition; new sprinkler piping shall be extended from the existing building fire sprinkler service. Demolition and hazardous materials removal scope includes: 1) Cutting openings in existing concrete and masonry walls for new windows and doors. 2) Removal and abatement of existing vinyl asbestos floor tile and mastic. Removal and abatement of asbestos containing window sealant. Removal and abatement of asbestos containing roof-patching material. 3) Removal and abatement of lead and chromium containing paint on steel in high bay test area, warehouse, load frame area and flow visualization facility. Removal and abatement of lead and chromium containing paint shall be limited to areas where new ductwork, conduit, lighting, supports and equipment is attached to existing painted metal. In addition, lead and chromium containing paint must be abated and removed in areas where existing painted metal is cut, drilled, ground, welded, brazed or otherwise disturbed. All construction work on the project will be performed during normal work hours 7:00 AM to 4:00PM. After hours fire alarm testing will be scheduled as necessary. The order of magnitude as this procurement is between $1,000,000 and $5,000,000 and the effort is estimated to last 335 days. The NAICS Code and size standard for this procurement is 233320 and $27.5 million, respectively. The anticipated release date of the IFB/RFO is on or about February 9, 2001 with an anticipated offer closing date on or about March 10, 2001. A firm date for receipt of bids or offers will be stated in the IFB/RFO. Scdeduled pre-bid job walk will be mandatory. Prospective offerors shall notify this office of their intent to submit an offer. It is the potential offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Hard copies of specifications and drawings may be obtained from the Bid Distribution office; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Any referenced notes can be viewed at the followingURL: http://genesis.gsfc.nnasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFO4-01021)
Record
Loren Data Corp. 20010124/ZSOL018.HTM (D-022 SN50B559)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on January 22, 2001 by Loren Data Corp. -- info@ld.com