COMMERCE BUSINESS DAILY ISSUE OF MARCH 29, 2001 PSA #2818
SOLICITATIONS
Y -- DESIGN, FURNISH, INSTALL -- COLTS INTEGRATED TEST FACILITY
- Notice Date
- March 27, 2001
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- 1-130-RFS.1302
- Response Due
- May 15, 2001
- Point of Contact
- Timothy P. Stubbs, Contract Specialist, Phone (757) 864-2460, Fax (757) 864-8863, Email T.P.STUBBS@larc.nasa.gov -- Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email R.C.SHISLER@larc.nasa.gov
- E-Mail Address
- Timothy P. Stubbs (T.P.STUBBS@larc.nasa.gov)
- Description
- NASA/LaRC plans to issue a Request for Proposal for the Design, Delivery, and Installation of the COLTS Integrated Test Facility. A general summary of the work is listed as follows: The work required includes the design and construction of a new building to house the Room Temperature Pressure Box Test Machine,(RTPB), the Cryogenic Pressure Box Test Machine,(CPB), modifications to the existing Building 1223, and relocation and reinstallation of the Room Temperature Pressure Box Test Machine, it's utilities and subsystems as designated to the new facility. The new facility is to be located in the field to the North West of Building 1256 and to the East of Building 1223, in the West area, NASA Langley Research Center, Hampton, Virginia. The Contractor shall furnish all plant, equipment, tools, materials, labor, and services necessary for or incidental to a complete and finished job. The work includes but is not limited to the following: Design an construct a building to house the RTPB and CPB. The building shall be sized to suit the pressure boxes and provide a minimum 10 feet of workspace around each machine and incorporate the following features: * A blast wall shall separate the RTPB and CPB work areas to allow work in one area while simultaneously testing in the other work area. The CPB is pressurized with helium and has a volume of approximately 40 cubic feet and a maximum pressure of 54 psig. The RTPB is pressurized with air and has a volume of 60 cubic feet and a maximum pressure of 20 psig. * Provisions to prevent damage to the building structure or skin resulting from over pressurization due to failure of the test specimen. * The test machines shall be located a minimum of 100 feet from existing facilities to minimize personnel danger. * Material and test specimen handling jib boom cranes at each test machine with a 2 ton capacity, 10 foot boom, located at roll-up door entrance. * Heating, ventilation, and air conditioning system. * Fire detection and suppression. * Roll-up doors into each test machine area. * Tie into the centers 100 psig service air with quick disconnect air outlets in each test machine area. * Provide a new video monitoring system for the Integrated Test Facility and facility perimeter. * Relocate and reconnect the RTPB to the new facility and Building 1223. * Design and install foundations, transfer lines, and relocate the existing 6,000 gallon LN2 storage tank from Building 1120 to a site adjacent to the new facility. * Design and provide foundations for leased gaseous and liquid helium trailers. * Demolish and remove wooden building adjacent to Building 1160. The order of magnitude for the procurement is between $1,000,000 and 5,000,000 and the effort shall be completed within 400 calendar days after notice to proceed. This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement are 234930 and $27M, respectively. The DPAS Rating for this procurement is DO-C2. The anticipated release date of the RFP is on or about April 13, 2001 with an anticipated offer closing date of on or about May 15, 2001. The firm date for receipt of bids or offers will be stated in the RFP. Drawings will be available from the Bid Distribution Office (757) 864-2547. All QUALIFIED responsible sources may submit a bid which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement [with the exception of the 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 be accessed using a WWW browser application. The Internet site, or URL, for the NASA/LaRC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 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). Hard copies of drawings only may be obtained from the Bid Distribution office. 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=23#1-130-RFS.1302)
- Record
- Loren Data Corp. 20010329/YSOL008.HTM (D-086 SN50H4P5)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on March 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|