COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS
Z -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT(S) FOR ROOFING REPAIRS AND ROOFING MAINTENANCE
- Notice Date
- January 5, 2001
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- 9-BJ33-T07-1-06P
- Response Due
- March 6, 2001
- Point of Contact
- Betty J. Holt, Contract Specialist, Phone (281) 483-4175, Fax (281) 483-9741, Email betty.j.holt1@jsc.nasa.gov -- Rodney J. Etchberger, Contracting Officer, Phone (281) 483-8530, Fax (281) 483-9741, Email rodney.j.etchberger1@jsc.nasa.gov
- E-Mail Address
- Betty J. Holt (betty.j.holt1@jsc.nasa.gov)
- Description
- NASA/JSC plans to issue a Request for Offer (RFO) for the award of two or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts for all types of roofing modifications, roofing repairs, and roofing rehabilitation of the facilities at the Johnson Space Center (JSC), and at other such locations for which JSC is responsible, against which JSC may issue fixed price contracts. The contracts will be awarded under the North American Industrial Classification System (NAICS) Code 235610. Each contract will be awarded with a minimum contract value of $10,000 and a maximum value of the Contractor's aggregate bond limit or a value not to exceed (NTE) $10,000,000, over a 5-year period, beginning in 2nd Quarter FY2001. Roofing projects will will selected by the Government during this period for limited competition among the firms that have been awarded an IDIQ contract. This procurement will be conducted under the Small Business Competitiveness Demonstration Program and award of the contracts will be based on the use of NASA Mid-Range Best Value Selection procedures (see NASA FAR Supplement Part 1871). The small business size standard for this procurement is $11.5 million average annual receipts over a 3-year period. As part of the forthcoming IDIQ solicitation, Delivery Order 1, CoF Project 99025, "Phase I, Repair of Window Ledge Coverings, Buildings Coverings, Buildings 1, 45, 29, and 31", will be openly competed. The estimated construction cost for Delivery Order 1 is between $500,000 and $1,000,000 with a performance period of 280 calendar days. This project is required to assure the continued and reliable watertight loggia coverings; establish a permanent permanent fall protection system to tie points for this and any future work on the loggias; and repair structural connections on recast solar fins. Remove existing elastomeric and/or membrane sheet loggia, and apply membrane roofing. The permanent system of tie-off points must meet or exceed all applicable OSHA safety requirements and guidelines in addition to the JSC Safety Organization requirements. Buildings with precast exposed aggregate shade fins shall have fins removed and structural connections examined, repaired, and replaced. The shade fins presently have corroded sturctural connections. The anticipated release date of the Request for Offer (RFO) is January 30, 2001, with an offer closing date on or about March 6, 2001. The firm date for receipt of offers will be stated in the RFO. All qualified responsible sources may submit a proposal which shall be considered by the Agency. The DPAS rating for this procurement is DO-C2. The provisions and clauses in the RFO and model contract are those in in effect through FAC 97-21. An ombudsman has been appointed -- See NASA Specific 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 97 format and will reside on a World-Wide Web (WWW) server, which may beaccessed usinga WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 It is the offeror's responsibility to monitor the Internet site for the the release of the solicitation and amendments. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments. The specifications and drawings must be purchased from Ridgway's, Inc., Attn: Jeff Brown, 5711 Hillcroft, Houston, TX 77036, Phone (713) 787-1224, FAX (713) 974-4945. If there are any questions, the contract specialist may be contacted via E-mail at betty.j.holt1@jsc.nasa.gov or by phone at (281) 483-4175, or the Contracting Officer may be contacted via E-mail at rodney.j.etchberger1@jsc.nasa.gov or by phone at (281) 483-8530. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
- Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ33-T07-1-06P)
- Record
- Loren Data Corp. 20010109/ZSOL002.HTM (D-005 SN50A2J8)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on January 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|