Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1996 PSA#1636

NASA Langley Research Center, Bid Distribution Office, MS 126, Hampton, Virginia 23681-0001

Z -- SERVICES AND MATERIALS FOR CONSTRUCTION OF ADDITION TO THE NONDESTRUCTIVE EVALUATION LABORATORY SOL 1-073-GGK1.1399 DUE 082596 POC Roberta Knight, Contract Specialist, 757-864-2436. The proposed contract is 100 percent set-aside for small business concerns. The work to be performed includes construction of a two story laboratory addition infilling a narrow space between buildings and modifications to the existing adjacent buildings as indicated to connect the new addition to existing spaces. Total gross area of the new addition is approximately 84 square meters, including a vertical space approximately 9 meters high with a floor area of approximately 12 square meters. The second floor area of the new addition shall be a Class 1000 clean room. Total height of the new addition and the first and second floor elevations shall match those of the existing adjacent building construction. Sitework consisting principally of excavation and backfill within the footprint of the new addition and a small exterior concrete slab on grade. Demolition and removal of existing building construction along exterior walls and in existing rooms adjoining the new addition. Removal of exterior masonry walls, interior drywall partitions, aluminum windows, and acoustical ceilings. A computer room raised floor system shall be removed from rooms, salvaged, and turned over to the Government. Asbestos removal is required for the vinyl asbestos floor tile and the adhesive mastic residue from the floor. A pile foundation shall be installed. Foundation structures (pile caps and grade beams) shall be reinforced concrete. The exposed exterior wall of the new work shall be face brick and ground face concrete masonry architectural treatment with cast stone coping to match the exterior of Building. Steelwork includes the fabrication and erection of an independently supported structural steel frame, the installation of light gage structural framing to back up exterior masonry, and steel floor and roof decks. Four ply built-up roofing shall be installed over cellular glass tapered insulation and, on three sides, flashed to the exterior face of existing parapet walls. Hollow metal doors and frames, complete with specified finish hardware, shall be provided. Interior partitions and wall surfaces shall be drywall construction on steel framing and furring. Surfaces shall be painted or covered with vinyl wall covering as indicated. New concrete floor surfaces (with the exception of the clean room) and areas where existing floor surfaces are exposed by the removal of floor coverings or other construction, shall be covered with vinyl tile. The clean room shall be provided with a seamless homogeneous sheet vinyl floor system. Lay-in acoustical ceilings shall be provided in new lab spaces and in existing spaces as indicated. The clean room area shall be provided with a ceiling system rated for performance in clean room environments as specified. Mechanical demolition work involves the removal of existing HVAC equipment. A floor mounted computer room air conditioning unit in Room 195 shall be salvaged and turned over to the Government. New mechanical work includes: Providing fire protection sprinklers in the new addition. Providing a new fan coil unit with associated ductwork and diffusers to furnish HVAC for the new lab spaces, with the exception of the clean room. Piping to connect system to existing services in Building. Providing an air handling unit with associated ductwork and piping connections to Building 1230B services, to provide a dedicated HVAC system for the Class 1000 clean room, featuring HEPA filters and supply and return grilles mounted in vertical frames for horizontal air flow. Electrical demolition work involves the removal of the following: power circuits, surface mounted raceways, and receptacles, lighting fixtures, and communications and fire alarm circuits. Lighting fixtures shall be salvaged and reinstalled in the new work as indicated. Contract duration 182 days. Estimated cost range $250,000 and $500,000. All responsible sources may submit a bid which will be considered by the Agency. The bid opening date of 8-25-96 is approximate. Solicitation available approximately 7-25-96. An ombudsman has been appointed to hear concerns from offerors, potential offerors, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Concerned parties may call the installation ombudsman Belinda Adams at 757-864-8989. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION REQUESTS/INFORMATION. Concerns, issues, disagreements, and recommendations which cannot be resolved by the installation ombudsman may be referred to the NASA Agency ombudsman Tom Luedtke at 202-358-2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer. (0193)

Loren Data Corp. http://www.ld.com (SYN# 0178 19960712\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page