Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2001 PSA #2951
SOLICITATIONS

Z -- REHABILITATION OF BUILDING 1250/1250A

Notice Date
October 3, 2001
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
ZIP Code
23681-0001
Solicitation Number
1-036-RFU.3292
Response Due
November 27, 2001
Point of Contact
Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email R.C.SHISLER@larc.nasa.gov -- Roberta Knight, Contract Specialist, Phone (757) 864-2436, Fax (757) 864-8863, Email R.KNIGHT@larc.nasa.gov
E-Mail Address
Richard C. Shisler (R.C.SHISLER@larc.nasa.gov)
Description
NASA/LaRC plans to issue a IFB/ Request for Offers for The work to be performed under these specifications consists of the renovation of a portion of Building 1250 and the construction of a two-story addition between Building 1250 and 1250A, 21 Langley Boulevard, West Area, of the Langley Research Center. The Contractor shall furnish all plant, equipment, tools, materials, labor and services necessary for or incidental to a complete and finished job as shown on the drawings listed below and as specified herein. The work to be performed includes, but is not limited to, the following: PHASE 1: Base Bid- Provide alterations and repairs to approximately 17,750 square feet of existing offices, toilets, conference room and laboratory spaces. The extent of work is indicated on the drawings. Architectural/ Structural-Demolition: Work includes but is not limited to removal of existing concrete masonry unit (CMU) walls, removal of metal stud and gypsum wallboard walls, removal of vinyl asbestos tile flooring, removal of acoustical ceilings, and removal of doors and frames and miscellaneous demolition of concrete and ceramic tile. New Work: Work includes but is not limited to modifications to existing concrete masonry unit (CMU) walls, new metal stud and gypsum wallboard walls, vinyl composition tile flooring, new acoustical panel ceilings, doors, frames and hardware, ceramic tile, painting, and miscellaneous modifications to roofing system. Work includes providing a new 1225 square feet addition between Building 1250 and 1250A. The addition shall be a steel frame and masonry bearing wall structure on a poured-in-place concrete slab and foundation. The new exterior masonry walls shall match existing brick/concrete masonry unit (CMU) cavity wall construction. The new roof structure shall consist of steel joists, metal deck, and rigid insulation, and bituminous built-up roofing. Interior walls shall be concrete masonry unit (CMU) walls, gypsum wallboard over metal studs and painted masonry at certain locations. The new addition shall have a hydraulic passenger elevator. Interior finishes include acoustical ceilings, carpeting (by others), vinyl composition tile and paint. Mechanical-Demolition: Remove existing heating,ventilating and air conditioning (HVAC)system to the extent indicated. Remove plumbing fixtures and piping to the extent indicated. Mechanical-New work: Provide new variable air volume (VAV) HVAC system including, but not limited to, hot and chilled water piping, new ductwork, air handlers, and controls. Provide plumbing modifications including, but not limited to, supply and waste piping modifications, and new plumbing fixtures. Provide new fire protection system including, but not limited to, site fire water extension from existing water system, and new wet pipe sprinkler system. Electrical-Demolition: Remove existing electrical components including, but not limited to, receptacles, lighting, panelboards and communication system to the extent indicated. Electrical-New work: Provide new power, including panelboards, conduit, wiring and devices. Provide new lighting system. Provide new telephone/data and fire alarm system rough-in and wiring devices. Additive Bid Item No.1- Remove existing window units where indicated and provide new window units. PHASE 2: Provide alterations and repairs to approximately 17,970 square feet of existing offices and toilets and provide construction of additional second floor space. The extent of work is indicated on the drawings. Architectural/ Structural-Demolition: Work includes, but is not limited to, removal of existing concrete masonry unit (CMU) walls, removal of metal stud and gypsum wallboard walls, removal of acoustical ceilings and grid, and removal of doors and frames and miscellaneous demolition of concrete and ceramic tile. Architectural/New Work: Work includes but is not limited to modifications to existing concrete masonry unit (CMU) walls, new metal stud and gypsum wallboard walls, vinyl composition tile flooring, new acoustical ceilings, doors and frames, ceramic tile, painting, and miscellaneous modifications to roofing system. Provide a new second floor addition. The addition shall be a steel frame and concrete slab on permanent form deck. Walls shall be gypsum wallboard over metal studs. Finishes shall consist of acoustical panel ceilings, carpeting (by others), vinyl composition tile and paint. Mechanical-Demolition: Remove existing heating,ventilating and air conditioning (HVAC)system to the extent indicated on the drawings. Remove plumbing fixtures and piping to the extent indicated on the drawings. Mechanical-New work: Provide new variable air volume (VAV) HVAC system including, but not limited to, new ductwork, air handlers, and controls. Provide plumbing modifications including, but not limited to, supply and waste piping modifications, new plumbing fixtures. Provide new fire protection system including, but not limited to, site fire water extension from existing system, and wet pipe sprinkler system. Electrical-Demolition: Remove existing electrical components including, but not limited to, receptacles, lighting, panelboards and communication system to the extent indicated on the drawings. Electrical-New work: Provide new power, including panelboards, conduit, wiring and devices. Provide new lighting system. Provide new telephone/data and fire alarm system rough-in and wiring devices. The order of magnitude for the procurement is $1,000,000 to $5,000,000 and the effort shall be completed within 700 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 233320 and $27.5M, respectively. The anticipated release date of the IFB is on or about October 26, 2001 with an anticipated offer closing date of on or about November 27,2001. The firm date for receipt of bids or offers will be stated in the IFB. 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 will be available over the Internet only. These documents will be in Microsoft Office 97 format except the drawings which are in PDF 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 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, specifications, drawings and amendments (if any). 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#99108)
Record
Loren Data Corp. 20011005/ZSOL005.HTM (D-276 SN50Z8B7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 3, 2001 by Loren Data Corp. -- info@ld.com