COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 Y -- UTILITY CONTROL SYSTEM (UCS) SETPOINT CONTROL SOL 0-00-13 POC
Charles S. Hamlin, Contract Specialist, Phone (256) 544-0347, Fax (256)
544-9162, Email chuck.hamlin@msfc.nasa.gov -- Timothy P. Crabb,
Contracting Officer, Phone (256) 544-0365, Fax (256) 544-9162, Email
tim.crabb@msfc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#0-00-13.
E-MAIL: Charles S. Hamlin, chuck.hamlin@msfc.nasa.gov. NASA/MSFC plans
to issue an Invitation for Bid (IFB) to provide the labor, equipment,
and materials to add temperature set point control to select HVAC
equipment to be controlled by the MSFC Utility Control System (UCS). In
general, this project consists of installing all the electrical wiring
system hardware, transducers, pneumatic tubing, control wiring,
performing testing and balancing on affected systems, providing the
system programming (including graphics), database regeneration, and
acceptance testing to add temperature set point control to select HVAC
equipment to be controlled by the MSFC UCS. All work as described in
Spec No. FAC-M4161 and as shown on contract drawings referenced therein
regarding Buildings 4610, 4705, 4663, and 4471. There are seven
additive alternates which will be included in the bid package. The
alternates are all work as described in Spec No. FAC-M4161 and as shown
on contract drawings referenced therein regarding (1) Building 4702;
(2) Building 4491; (3) Building 4485; (4) Building 4353; (5) Building
4476; (6) Building 4723 and (7) Building 4708. All requests must be in
writing and contain the complete company name, address, and phone/fax
numbers. Requests for IFB packages must include a cashier's check in
the amount of $25.00 made payable to "NASA MSFC CASHIER." Award of this
project is contingent upon the availability of funds. Safety records of
the prime contractor and subcontractors will be a consideration at
award time and the prime contractor must have an EXPERIENCE
MODIFICATION RATING (EMR) OF 1.0 OR LESS AND PROOF INCLUDED WITHIN THE
BID PACKAGE. THE PRIME SUBCONTRACTOR'S EMR RATING SHALL BE NO MORE
THAN 1.1. REQUESTS FOR IFB PACKAGES WILL NOT BE ACCEPTED LESS THAN TEN
DAYS PRIOR TO BID OPENING. The Government does not intend to acquire
a commercial item using FAR Part 12. See Note 26. The order of
magnitude for the procurement is $1,000,000.00 to $5,000,000.00 and the
effort shall be completed within 270 days from Notice to Proceed. This
procurement is a total small business set-aside. See Note 1. The SIC
Code and Size Standard are 1731 and $11.5M, respectively. The DPAS
rating for this procurement is DO-C9. The anticipated release date FOR
IFB MSFC 0-00-13 is on or about AUGUST 25, 2000 with an anticipated
bid due date of on or about SEPTEMBER 25, 2000. The firm date for
receipt of bids will be stated in the IFB. Drawings will be available
from the office of the personnel listed below. All qualified
responsible sources may submit a bid which shall be considered by the
agency. The Internet site, or URL, for the NASA/MSFC Business
Opportunities page is
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 An
ombudsman has been appointed. See NASA Specific Note "B". Posted
08/10/00 (D-SN484436). (0223) Loren Data Corp. http://www.ld.com (SYN# 0164 20000814\Y-0012.SOL)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|