Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26, 2001 PSA #2965
SOLICITATIONS

41 -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MECHANICAL CONTRACTS (FIRM-FIXED PRICE)

Notice Date
October 24, 2001
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
ZIP Code
00000
Solicitation Number
9-BJ33-T03-2-01P
Point of Contact
Vanessa R. Beene, Contract Specialist, Phone (281) 244-5257, Fax (281) 483-9741, Email vanessa.r.beene1@jsc.nasa.gov -- Katherine K Autry, Contracting Officer, Phone (281) 483-2916, Fax (281) 483-9741, Email katherine.k.autry1@jsc.nasa.gov
E-Mail Address
Vanessa R. Beene (vanessa.r.beene1@jsc.nasa.gov)
Description
NASA/JSC plans to issue a Request for Offers (RFO) to award up to 5 (five) IDIQ contracts for mechanical construction modifications and repairs at JSC, Ellington Field and Sonny Carter under which JSC may issue fixed price Delivery Orders. Funds are not currently available; if funds become available, each contract will be awarded with a minimum contract value of $5,000.00 and a maximum contract value NTE $8,000,000.00 per contract over a 3-year period beginning in FY02. This procurement is part of the Small Business Competitiveness Demonstration Program and award of the contracts will be based on the use of NASA Mid-Range Best Value Selection Process The NAICS Code and small business size standard for this procurement are 235110 and $11.5M respectively. Initially, one delivery order will be competed for Project 00102 to Replace Air Conditioning Systems in Building 36. The project consists of renovating or replacing four existing air handling units in building 36 with new air handling units and will require removal of the existing air handling units and minor piping, ductwork and electrical modifications as required for installation of the new air handling units. All existing equipment shall be disassembled/demolished in sections which will pass through existing doors, corridors, new roof opening, etc. All new equipment will be fabricated in components which can pass through the assembly in each mechanical room. Asbestos materials are present in the building as fire proofing and pipe insulation. The successful Contractor shall perform asbestos abatement, but asbestos disposal shall be perform by others. Lead base paint may be present on the existing equipment. Demolition of the existing AHU's shall be accomplished by saw-cutting. The use of a torch to cut AHU's for demolition will not be permitted. Prior to removal from the mechanical equipment rooms, the AHU's and associated equipment will be decontaminated by the contractor. Wet sawing will be required where asbestos is present. Doors and frames to each mechanical equipment room, walls of the mechanical rooms, corridors, and any areas where the delivery of new equipment or removal of existing equipment has been damaged, will be repaired and repainted. The contractor will be required to complete the entire work ready for use within 425 calendar days after the date of receipt of the notice to proceed. The time stated for completion shall include final cleanup of the premises. The anticipated release date of RFO #9-BJ33-T03-2-01P is on or about November 19, 2001,with an anticipated offer closing date of on or about December 26, 2001. The firm date for receipt of bids or offers will be stated in the RFO. Specifications and drawings must be purchased from Ridgeway's Incorporated, Attn: Document Management Department, 5711 Hillcroft, Houston, Texas 77036, Phone: 713-787-1224, Fax 713-974-4945. All QUALIFIED responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is D0-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-27. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement with the exception of the specifications and drawings will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's 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). The closing date shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.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=73#99218)
Record
Loren Data Corp. 20011026/41SOL001.HTM (D-297 SN511424)

41 - Refrigeration, Air Condition and Air Circulating Equipment Index  |  Issue Index |
Created on October 24, 2001 by Loren Data Corp. -- info@ld.com