Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOLICITATION NOTICE

Z -- AMERICANS WITH DISABILITIES ACT (ADA) UPGRADES, VARIOUS FACILITIES

Notice Date
1/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
1-LBD-45279
 
Response Due
3/1/2004
 
Archive Date
1/13/2005
 
Point of Contact
Kimberly D. Duncan, Contract Specialist, Phone (757) 864-3566, Fax (757) 864-6966, Email Kimberly.D.Duncan@nasa.gov - Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email Richard.C.Shisler@nasa.gov
 
E-Mail Address
Email your questions to Kimberly D. Duncan
(Kimberly.D.Duncan@nasa.gov)
 
Description
NASA/LaRC plans to issue an Invitation for Bids (IFB) for ADA Upgrades at Various Facilities. The work to be performed under these specifications consists of building accessibility upgrades at various facilities in the West Area, of Langley Research Center. The Contractor shall furnish all plant, equipment, tools, materials, labor and services for or incidental to a complete and finished job. BASE REQUIREMENT: The work to be performed includes, but is not limited to, the following: site modifications for handicapped parking and sidewalk modifications (new concrete ramps for building access) to include low power door operators and miscellaneous electrical modifications. The work includes modifying interior restrooms including modifications to toilet partitions and plumbing modifications. The work includes providing new building addition to house new accessible restrooms and new lobby. The addition shall consist of brick veneer and concrete masonry unit bearing walls, steel joists and roof deck, and built-up roofing. Interior finishes include ceramic tile, paint, and acoustical ceilings. The work also requires hollow metal frames and wood doors, and aluminum entrance and window. The work includes miscellaneous plumbing, HVAC and electrical work at the addition and existing building. Provide a new 2-story building addition to house a new elevator and elevator equipment room. The addition shall consist of brick veneer and concrete masonry unit bearing walls, steel joists and roof deck, and built-up roofing. A new concrete ramp and exterior stairs are included. OPTION REQUIREMENT: site modifications for accessibility, including new concrete ramp for building access. Provide a new 2-story building addition to house new elevator, elevator equipment room and exterior stairs. The addition shall consist of brick veneer and concrete masonry unit bearing walls, steel joists and roof deck, and built-up roofing. A new concrete access ramp at the main entrance is included. Interior finishes include resilient flooring, paint, and acoustical ceilings. The work also requires hollow metal frames and wood doors, and aluminum storefront entrance. The work includes miscellaneous plumbing, HVAC and electrical work at the addition and existing building. The order of magnitude for the procurement is $1,000,000 to $5,000,000 and the base effort shall be completed within 450 consecutive calendar days after notice to proceed for the base. The Option shall be completed within 250 consecutive calendar days after notice to proceed for the option, if exercised. This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement are 236220 and $28.5M, respectively. The anticipated release date of the IFB is on or about January 28, 2004 with an anticipated offer closing date of on or about March 1, 2004. The firm date for receipt of bids or proposals will be stated in the IFB. Drawings will be available by following the instructions in the "Notice to Offerors" and completing the "Request for Drawings and Site Visit Attendance" form provided 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 [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://prod.nais.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 and amendments (if any). Any referenced notes may be viewed at the URLs linked below. FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit will be scheduled and details will be provided in Enclosure 5 of the solicitation. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#108513)
 
Record
SN00503304-W 20040115/040113212430 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.