Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

Z -- REHABILITATION OF BUILDING 60

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-BUILDING-60-REHAB
 
Archive Date
9/24/2008
 
Point of Contact
Erick N. Lupson, Contracting Officer, Phone 216-433-6538, Fax 216-433-5489
 
E-Mail Address
Erick.N.Lupson@grc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center plans to issue a Invitation For Bid (IFB), for the Rehabilitation of Building 60 at the NASA Glenn Research Center, Cleveland, Ohio. This project provides for the rehab of mechanical and electrical systems in GRC Building 60. Various HVAC, mechanical, electrical and safety systems of the building are at the end of their useful life and need to be replaced. The roof system is failing and needs to be replaced. Certain exterior elements are in need of repair in order to prevent further deterioration. This project shall improve building?s reliability and shall reduce maintenance and emergency repair costs. This project shall be LEED Silver Certification for Existing Buildings. The work to be performed under this project consists of providing the labor, equipment, and materials to include life safety modifications, creation of new office space in areas currently occupied by the library, general rehab of existing office spaces, new flooring or carpeting throughout, ADA upgrades throughout, and new windows. The mechanical work shall include the replacement of building HVAC equipment, provision of any special environmental control, installation of fire protection systems, and replacement of the existing elevator. The electrical & controls work shall include the replacement of old motor control equipment, control interlocks for transformer and area HVAC operation, and revised lighting throughout. Many of the Building 60 systems are energy inefficient. The replacement equipment has been designed to be energy efficient and shall provide a LEED-Silver certified facility that shall be environmentally sensitive to save energy and money. Options shall be priced separately. The cost shall include redesign as necessary. Design shall include revised specifications and drawings, new HVAC and lighting calculations, and new energy modeling to identify LEED scoring impact. Designs shall be subject to approval by NASA prior to construction. Option 1: Use standard NASA carpet tiles. Use standard ceiling panels in lieu of hi reflective ceiling panels. Delete replacement of Areaway guardrails. Option 2: Delete window light shelves. Delete lighting control system and replace with standard system. Option 3: Reduce the number of Variable Air Volume (VAV) boxes by 33. For the AHU, eliminate heat recovery reducing outdoor air quantity. Delete control valves from cabinet unit heater/unit heaters cycle the fan from thermostat. The magnitude of the Construction project is estimated between $500,000. and $1,000,000. A FIXED PRICE CONTRACT is contemplated. This work is considered "SPECIALTY TRADE CONTRACTORS". The North American Industry Classification System (NAICS) code is 238160 and $12.0 million in three-year average annual receipts for determining whether or not a business is small. THIS IS A 100% SMALL BUSINESS SET-ASIDE. Technical and procurement related questions shall be directed to: Erick.N.Lupson@nasa.gov. The firm date for receipt of offers will be stated in the IFB. Drawings and specifications will be available from a local BLUE PRINTER listed in the IFB. The Period of Performance shall be stated in the IFB. All qualified responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". THE SOLICITATION SHALL BE POSTED AS SOON AS AN IFB OPENING DATE IS ESTABLISHED. The solicitation and any documents related to this procurement [with the exception of specifications and drawings] will be available over the INTERNET. These documents will be in Microsoft Office 2000 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/GRC Business Opportunities page is http://mais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22. Prospective bidders shall notify this office of their intent to submit an offer. It is the offer's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential bidders will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasenmote.html. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127220
 
Record
SN01419453-W 20070926/070924225100 (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.