Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2013 FBO #4143
SOLICITATION NOTICE

Y -- REPLACE ARC JET COMPLEX STEAM VACUUM SYSTEM BOILER

Notice Date
3/27/2013
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13418436R
 
Response Due
5/23/2013
 
Archive Date
3/27/2014
 
Point of Contact
Elizabeth A Baierl, Contracting Officer, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov - Kenneth Kitahara, Contracting Officer, Phone 650-604-3717, Fax 650-604-2593, Email Kenneth.Kitahara@nasa.gov
 
E-Mail Address
Elizabeth A Baierl
(Elizabeth.A.Baierl@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center (ARC) intends to issue a Request for Proposal (RFP), Replace Arc Jet Complex Steam Vacuum System (SVS) Boiler. Solicitation NNA13418436R will be for design and construction services involving a unique and customized steam boiler system/facility which supports a research complex of National importance. The resultant contract will be a Firm Fixed Price contract. The solicitation is being issued as full and open competition. All responsible sources may submit a proposal which shall be considered by the agency. The Offerors must possess knowledge and experience in powerplant construction. Requirements include: (1) Three low emission, high pressure steam boilers; (2) Deaerator heater and feed water storage tank(s); (3) Boiler NOx reduction systems. (4) Supporting and connecting piping; (5) Boiler plant controls; (6) Other major boiler plant mechanical equipment, including auxiliary boiler, combustion air fan, boiler, feedwater and chemical feed pumps, blowdown recovery heat exchanger, boiler makeup water softener package, flow measuring devices, backflow preventers, steam traps, flash tanks, control valve station, pressure reducing valve station, and safety valves; (7) Reinforced concrete slab foundation; (8) Structural steel canopy covering the full footprint of the new boiler plant; (9) Platforms and stairs for servicing boilers and feed water/de-aerator tank; (10) Demolition of N231 sidewalk and parking; (11) Demolition of site utilities within boundary of construction; (12) Selected interior room demolition and remodel for the new control room in building N231; (13) Electric distribution service; (14)New Boiler controls and control room in Building N231; (15) Control room lighting, fire alarm, security, data and communication systems; (16) Gas and water utilities; (17) Earthwork, including grading and drainage improvements; (18) Asphalt pavement surrounding new boiler plant foundation slab; (19) Perimeter site fence with concrete ramps, manual sliding gates and card access man gate; (20) Site Restoration; (21) Traffic control for streets affected by construction operations; (22) Component and system testing. Options include: (1) Demolition and removal of NOx Sphere No. 6 and associated building, piping and tanks; (2) Boiler auxiliary steam heating system; (3) Boiler stack access; (4) Renovation of existing toilet facilities in Building N231 to meet ADA compliance, including a new shower; (5) Boiler control room HVAC mechanical equipment. Accessible concrete ramp, asphalt parking and striping in N231 parking lot; and 6) N234A boiler & FWDA demolition. The solicitation (and any documents related to this procurement) shall be available over the Internet on or about April 22, 2013. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21and will also link to FedBizOpps.Gov. Prospective offerors are encouraged to register their intent to submit an offer on www.fedbizopps.gov. Search for the solicitation number and then select Add Me To Interested Vendors. It is the offerors 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). The order of magnitude for the procurement is more than $10M; the effort shall be completed within 730 calendar days after notice to proceed. The NAICS Code and small business size standard for this procurement are 237130 and $33.5M, respectively. The anticipated release date of the RFP is on or about April 22, 2013 with an anticipated offer closing date of on or about May 23, 2013. The firm date for receipt of bids or proposals will be stated in the RFP. *****Drawings and Specifications are available with this notice. Davis Bacon Act (DBA) wage rates are applicable to this procurement. We anticipate a single award of a Firm Fixed Price contract; award may be made without discussions if it is in the best interest of the Government to do so. Offerors Representations and Certifications, CCR status, Small Business Size, Record of Performance, and other information required will be verified in WWW.SAM.GOV by Government representatives. All offerors and their proposed subcontractors must be registered in WWW.SAM.GOV, Offerors will be required to provide DUNS# for verification. Pursuant to FAR clause 52.236-27, Site Visit (Construction) (Feb 1995)Alternate I (Feb 1995), a site tour will be conducted. Attendance is highly encouraged. Offerors not attending site visit may be at a competitive disadvantage. Site tour is tentatively scheduled for Wednesday May 1, 2013 at 0930 am. The government will conduct one (1) organized site visit Attendees shall meet at building N213. In order to arrange access to visit the site, offerors planning to attend shall notify elizabeth.a.baierl@nasa.gov no later than 2 PM local time on 29 April 2013. Provide the company name, names of representatives, number of representatives and citizenship. Offerors failing to do so may not have access to this site tour. Site visits are limited to U.S. citizens or legal permanent residents.Offerors are limited to 3 individuals per company. We will conduct one (1) site tour; individual site tours will not be accommodated. Offerors must follow these instructions carefully to ensure access to the site for the tours. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) to Elizabeth.A.Baierl@nasa.gov. Questions must be received no later than 19 April 2013. The FAR may be obtained www.acquisition.gov The NASA Far Supplement (NFS) may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13418436R/listing.html)
 
Record
SN03021688-W 20130329/130327234233-d9535065fe5c0450327ac8a0cfeea8d2 (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.