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