|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1999 PSA#2444NASA/Goddard Space Flight Center, Code 212, Greenbelt, MD 20771 Z -- REHABILITATION OF HVAC SYSTEMS SOL RFO5-01352-110 DUE 112099 POC
Donna Broderick, Contract Specialist, Phone (301)286-8637, Fax
(301)286-0247, Email Donna.J.Broderick.1@gsfc.nasa.gov -- Cynthia Tart,
Contracting Officer, Phone (301)286-7663, Fax (301)286-0247, Email
Cynthia.L.Tart.1@gsfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/GSFC/date.html#RFO5-01352-110. E-MAIL: Donna
Broderick, Donna.J.Broderick.1@gsfc.nasa.gov. NASA/GSFC plans to issue
a Request for Offer for the rehabilitation of the heating, ventilating
and air-conditioning (HVAC) systems of Building 25 at NASA's Goddard
Space Flight Center in Greenbelt, MD. The order of magnitude for the
procurement is between $1,000,000 and $5,000,000 and it is estimated
that the effort will be completed within 190 calendar days after notice
to proceed. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE EXCLUSIVELY
FOR THE SECTION 8(A) PROGRAM. (See Note 1) This project includes the
rehabilitation of the HVAC system serving an area of 26,350 net square
feet (2,450 net square meters) on the first floor of Building 25,
housing a mixture of offices and computer rooms. The rehabilitation
includes: demolition of existing ceiling and light fixtures in most of
first floor area; demolition of existing roof mounted supply air duct
work, and installation of new supply air duct work in ceiling plenum;
replacement of existing variable air volume (VAV) terminals with new
VAV boxes with reheat coils and new ceiling diffusers; installation of
new chilled water computer room air conditioning units, and new
chilled water piping from mechanical rooms to units; installation of
new hot water system with steam-to-hot-water converter, pumps and
piping to serve computer room units and reheat coils; modification of
main ductwork in mechanical equipment room and modification of ductwork
in basement to serve new first floor configuration; miscellaneous minor
architectural work including cutting, patching, painting as required to
accommodate mechanical system modifications; and complete air balancing
of modified HVAC systems. All construction will be done in accordance
with a phasing plan and schedule in order to minimize disruption of the
building occupants and coordinate with their temporary relocation from
areas of major construction activity. This project will also require
coordination with related work to be done by others including:
modification of existing air handler unit controls and furnishing ofnew
DDC controllers for VAV boxes; new ceiling grid, tile and light
fixtures, and new variable frequency drives for air handling unit
supply and return air fans; and temporary relocation of building
occupants within areas or to other areas in the building to accommodate
construction. The anticipated release date of the RFO is on or about
October 20, 1999 with an anticipated offer closing date of on or about
November 20, 1999. The firm date for receipt of proposals will be
stated in the RFO. Potential offerors may request a copy of the
drawings and specifications by faxing or mailing a written request to
the Contract Specialist assigned to this project. E-mail requests will
also be honored (no phone requests please). The cost for drawings and
specifications is $15.00, payable only by certified check or money
order addressed to the "U.S. Treasury". Cash, company checks, and
credit card payments will not be accepted. The solicitation and any
documents related to this procurement (with the exception of the
drawings and specifications) will be available over the Internet The
Government does not intend to acquire a commercial item using FAR Part
12. See Note 26. The SIC Code and Size Standard are 1711 and
$7,000,000, respectively. The DPAS Rating for this procurement is
DO-C2. The provisions and clauses in the RFO and model contract are
those in effect through FAC 97-13. All qualified responsible sources
may 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 will be available over
the Internet. These documents will be in Microsoft Office Suite (Word
6.0, Excel 5.0, PowerPoint 4.0) 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/GSFC Business
Opportunities home page is
http://procurement.nasa.gov/EPS/GSFC/class.html Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's 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). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted
09/28/99 (D-SN385734). (0271) Loren Data Corp. http://www.ld.com (SYN# 0098 19990930\Z-0001.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|