Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

56 -- RECOVERY-CONSTRUCTION OF THE NATIONAL STRUCTURAL FIRE RESISTANCE LABORATORY (NSFRL) AT THE NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY, GAITHERSBURG, MARYLAND CAMPUS

Notice Date
4/27/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RP-0048
 
Point of Contact
Albert J Petto, Phone: 3019756338, Michael Szwed, Phone: 3019756330
 
E-Mail Address
albert.petto@nist.gov, michael.szwed@nist.gov
(albert.petto@nist.gov, michael.szwed@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - THIS ACQUISITION IS FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009. The National Institute of Standards and Technology (NIST) has a requirement for the construction of an approximate 20,000 gross square feet (gsf) addition to and partial renovation of Building 205 - Fire Research on the National Institute of Standards and Technology (NIST), Gaithersburg, Maryland campus. The NSFRL will be constructed as a high bay addition to the existing Large Fire Laboratory, Building 205, at the NIST Gaithersburg, Maryland site. The lab area will include space for a full-scale 2 bay x 3 bay x 3 story high structure and will allow experiments on structural connections and assemblies to be conducted under realistic building fire conditions while simultaneously loading the test structure with static and dynamic building loads in three dimensions. Controlled fires up to 20 megawatts (MW) will be performed for up to three hours under a 50' x 45' canopy hood and oxygen depletion calorimeter. The entire system is served by an enhanced exhaust gas scrubber / Environmental Control System (ECS). Work also includes a partial renovation of office and laboratory areas within the existing building. Preference will be given to those offerors that have demonstrated Leadership in Energy and Environmental Design (LEED) Green Building Rating System, developed by the U.S. Green Building Council (USGBC), at the silver level or greater. THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESSES (NAICS 236220 WITH A SIZE STANDARD OF $33.5M). This solicitation includes the base requirement for construction with TWELVE (12) options, to include, 1. 2 Additional Laboratory Bays; 2. Modular Strong Wall and Pit; 3. One (1) Additional Laboratory Bay to the East; 4.Specimen Conditioning Pit; 4a.Conditioning Pit HVAC System; 5. Fixed Strong Wall; 6. 1st Floor Renovation; 7. 2-Story Addition, Renovations & Elevator; 8. Second Overhead Crane; 9. Electrical Substation; 10. Fire Pump & Conditioning/Storage Rooms; 11. Panelized, Insulated Skirt at Fire Hood; 12. Second Train - Environmental Control System. The period of performance (including the options) 18 months from issuance of the Notice to Proceed. Detailed specifications and drawings will be issued with the solicitation. The magnitude of construction for the entire project is more than $10M. Minority Businesses that seek assistance with bonding should contact MBDA - Minority Business Development Agency at www.MBDA.gov. Other Small Businesses should contact their Small Business Representative at the Small Business Administration. Contract award will be made using the tradeoff process. This process permits tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. The solicitation, solicitation amendments, and all questions and answers related to this procurement will be made available via the Internet at http://www.fedbizopps.gov/. The solicitation is anticipated for release to the vendor community on or about May 11, 2010 and will only be available via the Internet at the above web site. Potential offerors are responsible for accessing the web site. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. There is no written solicitation available, telephone requests will not be honored, and no bidders list will be maintained. Potential offerors are required to direct all questions via e-mail to albert.petto@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RP-0048/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Dr, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02133227-W 20100429/100427234929-09632fce2b6248fb1b2e66291f849601 (fbodaily.com)
 
Source
FedBizOpps 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.