Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOURCES SOUGHT

Y -- AMES MULTIPLE AWARD CONSTRUCTION CONTRACT-MACC II

Notice Date
12/9/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA12JA01R-PFM
 
Response Due
1/9/2012
 
Archive Date
12/9/2012
 
Point of Contact
Patricia F. Mendoza, Contracting Officer, Phone 650-604-6332, Fax 650-604-0912, Email patricia.l.finnell-mendoza@nasa.gov - Teresa A. Marshall, Contracting Officer, Phone 650-604-5257, Fax 650-604-2593, Email teresa.a.marshall@nasa.gov
 
E-Mail Address
Patricia F. Mendoza
(patricia.l.finnell-mendoza@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for a MultipleAward Construction Contract (MACC) which is an Indefinite-Delivery Indefinite-Quantity(IDIQ) general construction contract to support construction, alteration, and repair ofNASA buildings, structures, and other real property located at Ames Research Center (ARC)and the Moffett Federal Airfield Complex. The MACC provides NASA the capability tocompete selected construction projects amongst a group of highly qualified generalconstruction contractors for a five year period (base period and 4 one year optionperiods). Work will include a variety of construction related activities including newconstruction, renovation, and repairs at various locations at NASA ARC and MoffettFederal Air Field Complex. The work will include, but is not limited to: general andspecialized construction activities (ex. roofing, demolition, mechanical, electrical, andplumbing) and incidental related work. The activities relate to the new construction,renovation, and/or repair of facilities and infrastructure such as 1) aviation andaircraft facilities; 2) personnel housing facilities; 3) administrative facilities; 4)warehouses and supply facilities; 5)computer and research lab facilities; 6) wind tunneland metal shop facilities; 7) abatement and handling of hazardous/regulated materials(asbestos, lead paint, and PCBs); 8) the civil, sanitary storm water, mechanical andelectrical systems supporting the facilities and infrastructure; and 9) Modificationand upgrade of the electrical power system support including medium (1kV-35kV) and low(120V-600V) switchboard, motor control center and switchgear electrical powerdistribution systems. Some projects may require design services.The National Aeronautics and Space Administration (NASA)Ames Research Center (ARC),Moffett Field, California is seeking capability statements from all interested parties,including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned(VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized BusinessZone (HUBZone) businesses, and Historically Black Colleges and Universities(HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate levelof competition and/or small business subcontracting goals for a Multiple AwardConstruction Contract (MACC) which is an Indefinite-Delivery Indefinite-Quantity (IDIQ)general construction contract to support construction, alteration, and repair of NASAbuildings, structures, and other real property located at Ames Research Center (ARC) andthe Moffett Federal Airfield Complex. The Government reserves the right to consider aSmall, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone businessset-aside based on responses hereto.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Responses must include the following: name and address of firm, ownership; averageannual revenue for past 3 years and number of employees; ownership; whether they arelarge, small, small disadvantaged, 8(a), HUBZone, service disabled veteran owned and/orwoman-owned; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners; list of customers covering the past fiveyears (highlight relevant work performed, contract numbers, contract type, dollar valueof each procurement; and point of contact - address and phone number).Also providebonding capacity per project and aggregate. Technical and or Procurement questions shouldbe directed to: Patricia Finnell-Mendoza. This requirement is considered to be a commercial item.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Patricia Finnell-Mendoza no later than January 09,2011. Please reference NNA12JA01R-PFM in any response. Any referenced notes may beviewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA12JA01R-PFM/listing.html)
 
Record
SN02636542-W 20111211/111209233914-871aba299eb127dc7130edf0eefaae68 (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.