Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2016 FBO #5332
MODIFICATION

Z -- NNK16586991R STRUCTURAL STEEL AND CONNECTION REPAIRS HAULOVER CANAL BRIDGE, E4-2414

Notice Date
6/27/2016
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16586991R
 
Archive Date
6/30/2017
 
Point of Contact
STEFANIA I. WANZIE, Phone: 3218674982, Randall A. Gumke, Phone: 3218673322
 
E-Mail Address
STEFANIA.I.WANZIE@NASA.GOV, Randall.A.Gumke@NASA.gov
(STEFANIA.I.WANZIE@NASA.GOV, Randall.A.Gumke@NASA.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Description NASA/John F. Kennedy Space Center plans to issue a Request for Proposal (RFP) for NNK16586991R STRUCTURAL STEEL AND CONNECTION REPAIRS HAULOVER CANAL BRIDGE, E4-2414, at John F. Kennedy Space Center, Florida. This solicitation is being set aside for Small Business. THE CONTRACTOR SHALL PROVIDE THE NECESSARY RESOURCES TO: The work to be performed under this project is located at Haulover Canal Bridge approximately 12.5 miles north of the VAB and SLF Areas at Kennedy Space Center. The project site is located outside of the controlled area and security gates, although still on NASA owned property. Kennedy Space Center is located on Merritt Island, FL, approximately 10 miles North of State Road 528 on State Road 3 and approximately 8.5 miles East of US Highway 1 and the City of Titusville, FL on State Road 405. The work under this project will include any and all work associated with the removal, repair, reconstruction, surface preparation and painting of the structural steel members and connections on the main bascule span, as well as adhering to all safety and environmental regulations according to the specifications referenced herein. The Selected Provider shall perform any and all of the work and will furnish any and all of the supplies, materials, equipment, supervision, labor, and inspection necessary for completing the project at the existing Haulover Canal Bridge as defined in the plans and the. The provider shall supply a maintenance of traffic (MOT)/traffic control plan. The effort will include the following tasks and additives: CLIN 0001 - Base Bid: The work for the base bid consists of, but is not limited to the repair, reconstruction and corrosion control of specified structural steel members and connections. This primarily includes the stringer to floor beam connections on both leafs of the bascule main span at approximately 39 of the 72 connection locations as defined in the plans and the specifications. CLIN 0002 - Additive/Alternate 1: The work for Additive 1 consists of the repairs to the live load shoe bearing stiffeners for the four (4) Main Girders and the lower flange and connecting gusset plates of Counterweight Girder 1 for both bascule leafs. CLIN 0003 - Additive 2: The work for Additive 2 consists of the replacement of specified gusset plates in the bascule span. CLIN 0004 - Additive 3: The work for Additive 3 consists of the rehabilitation of the remaining thirty-three (33) stringer to floor beam connections. The NAICS code for this procurement is 237130 with a small business size standard of $36.5M. Each task and alternate shall be bid separately. The Performance Period including all tasks and additives shall be completed in 300 calendar days after notice to proceed. In accordance with Federal Acquisition Regulation 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is as follows: The Government estimated price range of this project is between $1,000,000 and $5,000,000. The anticipated release date of the RFP is on or about June 30, 2016, with an anticipated offer closing date of on or about August 10, 2016. The firm date for receipt of bids or proposals shall be stated in the RFP. A site visit will be scheduled on or about mid July 2016. Prime contractors will be limited on the number of personnel in attendance. The Government has been informed that we can no longer utilize FedBizOpps (FBO) to transmit EAR or ITAR export controlled documents. Specifications and Drawings for this project have been identified as controlled documents. Therefore, all contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp/ Note: This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by FBO they can verify if their status is still active by utilizing their cage code at: http://www.dlis.dla.mil/jcp/search.aspx Further guidance on how contractors will receive the documents will be sent out with the solicitation. Notice is hereby provided that access to the drawings and specifications will be limited to offerors certified by DLA. All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement (other than the controlled documents addressed above) shall be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. Prospective offerors are encouraged to register their intent to submit an offer on www.fedbizopps.gov. Search for the solicitation number and then select "Add Me To Interested Vendors." It is the 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). All contractual and technical questions must be submitted by email. Telephone questions will not be accepted. Point of Contact Name: Stefania Wanzie Title: Contract Specialist Phone: 321-867-4982 Fax: 321-867-1166 Email: stefania.i.wanzie@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16586991R/listing.html)
 
Place of Performance
Address: NASA/John F. Kennedy Space Center, KENNEDY SPACE CENTER, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04163571-W 20160629/160627235133-bade7e6db28d01a9d01ea92fc3a5a4a1 (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.