Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

Y -- INSTALL AUTOMATIC SPRINKLER SYSTEMS (BUILDINGS 5 AND 16) SOL 9-BJ33-T39-9-01P POC Linda S. Dunn, Purchasing Agent, Phone (281) 244-5351, Fax (281) 483-9741, Email linda.s.dunn1@jsc.nasa.gov -- Rodney J. Etchberger, Contracting Officer, Phone (281) 483-8530, Fax (281) 483-9741, Email rodney.j.etchberger1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BJ33-T39-9-01P. E-MAIL: Linda S. Dunn, linda.s.dunn1@jsc.nasa.gov. NASA/JSC plans to issue a Request for Offer (RFO) for CoF Project 96006, Installation of Automatic Sprinkler Systems in Building 5 and Building 16, pending receipt of FY 99 funding. This procurement is open to both large and small business concerns and ranges between $500,000 to $1,000,000. This procurement is part of the Small Business Competitiveness Demonstration Program and is being conducted using the NASA Midrange procedures. The SIC Code and small business size standard for this procurement are 1711, Plumbing, Heating (except Electric), and Air Conditioning; and $7.0 Mil/Average for 3 years, respectively. The project consists of the following: Installation of Automatic Sprinkler Systems in Building 5, the Jake Garn Mission Simulation and Training Facility, and Building 16, the Avionics Systems Laboratory. Sprinkler systems will be installed in the North section of Building 5, consisting of approximately 31,200 square feet (2,898 square meters), including office space, hallways, mechanical and electrical equipment rooms, closets, and restrooms. The entire East wing of Building 16 is currently not sprinkled. Sprinkler systems will be installed in this approximately 38,000 square foot (3,530 square meters) area which includes office space, mechanical/electrical rooms, hallways, closets, and restrooms. Spot removal and disposal of asbestos-containing materials is included in the project. Precautions against asbestos contamination shall be implemented as indicated in the JSC Asbestos Control Manual. The structural members above the ceiling have paint coatings that have lead. All work will be performed after normal business hours (from 6:00 p.m. to 6:00 a.m.) and/or on the weekends. Work in both buildings will be done simultaneously. The construction Contractor will be required to commence work and complete the project within 140 days after written notice to proceed. The anticipated release date of the RFO is on or about September 28, 1998, with an anticipated offer closing date of about November 10, 1998. All responsible sources are encouraged to submit an offer which shall be considered by the Agency. An ombudsman has been appointed -- See Internet 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 Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/JSC Business Opportunities page is http://procurement.nasa.gov/EPS/JSC/class.html. It is the offeror's responsibility to monitor this site and/or the CBD 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). Hard copies of specifications and drawings must be purchased from Ridgway's, Inc. Attn: Paul Vela, 5711 Hillcroft, Houston, TX 77036. PHONE: 713-787-1224, FAX: 713-974-4945. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. See numbered Note 26. Posted 09/09/98 (D-SN247591). (0252)

Loren Data Corp. http://www.ld.com (SYN# 0150 19980911\Y-0005.SOL)


Y - Construction of Structures and Facilities Index Page