Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

Y -- CENTRAL STEAM FACILITY CONSTRUCTION AND STEAM INFRASTRUCTURE REPAIRS

Notice Date
11/10/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM11ZPS001E
 
Archive Date
11/10/2011
 
Point of Contact
John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162, Email john.busbey@msfc.nasa.gov - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, Email Ketela.K.Helton@nasa.gov
 
E-Mail Address
John A. Busbey
(john.busbey@msfc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC plans to issue a Invitation for Bids (IFB) for PROJECT TITLE: CentralSteam Facility Construction and Steam Infrastructure Repairs.PROJECT DESCRIPTION: The work to be performed under this project consists of providingthe labor, equipment, and materials to perform the Central Steam Facility Constructionand Steam Infrastructure Repairs project. In lieu of a central steam facility as thetitle suggests, the work will consist of converting the heating in Marshall Space FlightCenters Southern Campus area from steam to electric heating.High pressure piping (5000 psi to 16,000psi) work will include:1. Furnishing and installing a fan powered ambient vaporizer system for the nitrogenfacility (4659) to include necessary high pressure piping and valving for a completeinstallation.2. Furnishing and installing a fan powered ambient vaporizer system for the hydrogenfacility (4657) to include necessary high pressure piping and valving for a completeinstallation.Programmable Logic Controller (PLC) work will include:1. Furnish and install a PLC system to control the fan powered ambient vaporizer systemat the nitrogen facility (4659).Mechanical work will include:1. Furnish and install systems required to convert the buildings from steam to electricheat. Systems may include: Electric Hydronic Boilers, Electric Unit Heaters, ElectricDuct heaters, Electric VAV reheat boxes, Heat Pumps, Air Handling Units, and allassociated controls to operate the units.Electrical work will include:1. Furnishing and installing new electrical services to buildings needing additionalcapacity to support the electrical heat upgrades. Some installations will includeoverhead services, overhead primaries, new power poles, and pole mounted transformers.2. Furnishing and installation or relocation of electrical meters.3. Furnish and install a new lighting protection system at the hydrogen facility 4657.Structural work will include:1. Furnishing and installing new concrete foundations and equipment pads required by newelectrical equipment, new fan powered ambient vaporizers, and HVAC equipment.Civil work will include:1. Minor work outside of buildings that will support the new electrical serviceinstallations.Architectural work will include:1. Incidental facility modifications associated with the mechanical, electrical,structural and civil work including minor suspended acoustic ceiling removal andreinstallation, minor roof and /or wall openings, miscellaneous minor cutting andpatching as well as painting.Demolition work will include:1. Removing cross country steam and condensate piping to the associated buildings thatwill be converted to electric heat. This will also include associated piping supports,foundations, and steam valve pits.2. Demolishing and removing steam and condensate piping, pressure reducing valves, steamcondensate pumps in buildings where steam heat will be removed.High pressure piping as required to install the new fan powered vaporizer systems.The order of magnitude for the procurement is $5M-$10M and the effort shall be completedwithin 680 calendar days after notice to proceed.The NAICS Code and small business size standard for this procurement are 236210 and$33.5M, respectively. The anticipated release date of the IFB is on or about December 10, 2010 with ananticipated offer closing date of on or about January 18, 2010.The firm date for receipt of bids will be stated in the IFB.All drawing packages requested must be in writing and contain a complete Company Name,Address, Phone/fax numbers. Request for IFB packages should be made to the below listedpersonnel.Safety records of the prime contractor and subcontractor will be considered at award timeand the prime contractor must have an EXPERIENCED MODIFICATION RATING (EMR) of 1.0 orless and proff included within the bid package. The prime subcontractors EMR rating shallbe no more that 1.1.REQUEST FOR PACKAGES WILL NOT BE ACCEPTED LESS THAN 10 DAYS PRIOR TO SCHEDULED BIDOPENING.Award of the project is contingent upon the availability of funds. All responsible sources may submit a bid which shall be considered by the agency.NASA Clause 1852.215-84, Ombudsman, is applicable. An ombudsman has been appointmented-- See NASA Specific Note 'B'.The solicitation and any documents related to this procurement [with the exception of thespecifications and drawings] will be available over the Internet. These documents willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations andConditions Affecting the Work, will be included in any contract awarded as a result ofthe solicitation. Accordingly, offerors or quoters are urged and expected to inspect thesite where the work will be performed.An organized site visit has not been scheduled at this time. Site visits may be arrangedby calling Pam Davis @ 256-544-7861.All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM11ZPS001E/listing.html)
 
Record
SN02325874-W 20101112/101110234306-d3b9fa94e29fa2844f822ee08b81600e (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.