Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305

NASA/Goddard Space Flight Center Greenbelt, MD 20771

Y -- CONSTRUCTION OF THE EARTH SYSTEM SCIENCE BUILDING (ESSB) FACILITY SOL IFB5-35161/118 POC Linda L. Treece, Contracting Officer, 301-286-8065. THIS IS A PRESOLICITATION NOTICE This project consists of all labor, materials, equipment, tools and supervision necessary to provide site development, utilities installation, and the construction of the Earth System Science Building (ESSB), a multi-story concrete and steel office/laboratory structure with brick exterior insulating finish system and a single ply membrane roof. The facility encompasses approximately 311,000 gross square feet of office and laboratories space. Electrical, communications, mechancial, plumbing, fire protection, fire detection, elevators and support areas are provided. Miscellaneous spaces such as lobbies, corridors, toilet facilities, vending and break areas, shipping/receiving and loading dock areas, and shower rooms facilities are also included in the project. The site development includes clearing, rough grading, stormwater management sediment and erosion controls, storm drainage, the paving of roadways and parking areas, sidewalks and walkways installation, seeding and site lighting. Utility systems which will be extended from other areas of the East Campus are steam, chilled water, water, fire protection systems, and electrical power. Additional Bid Items will consist of the following: (1) All sitework including clearing grubbing rough and final grading, stormwater management, grassing for soil erosion control, utilities extension and new installation, installation of base and surface asphalt paving. (2) Clearing grubbing, rough grading, utilities and base and surface asphalt paving for Explorer Road extended, realigned portion of Bldg. 25 Access Road and extension of Earth Observing System Data Information System (EOSDIS) East Access Road. (3) Providing and installing the access flooring system. (4) Providing and installing fire extinguishers, (5) Providing and installing air showers in clean rooms, (6) Installation of liquid nitrogen piping, (7) Providing and installing emergency showers, (8) Providing and installing supplemental air conditioning units in the computer room. This project includes 35 options. Option 1 includes landscaping and planting of trees and shrubs and associated irrigation. Option 2 includes installation and commissioning of wiring and devices for the smoke and fire alarm systems. Option 3 is not used. Option 4 includes outfitting of the large conference room and adjacent areas to include installation of finishes, equipment and extension of utilities. Option 5 includes outfitting of the kitchen area including all fixed food services equipment and the extension of all utilities. Option 6 includes construction and commissioning of a dining extension. Work includes grubbing, grading, excavation and construction of the dining and other adjacent related work. Option 7 includes installation temporary vinyl tile, painted finished drywall, lighting and base ductwork for the large conference room and adjacent areas. Option 8 includes installation of a temporary unfinished mud slab, painted finished drywall, lighting and base ductwork for the kitchen and adjacent areas. Option 9 includes installation of landscape walls. Option 10 includes installation of asphalt surface course and asphalt base course, granular base and curb and gutter system for the Link Road. Option 11 includes demolition of structures and utilities currently existing in the area. Option 12 includes construction of a steam line from an existing manhole. Work includes clearing, grubbing, grading, excavation, construction, backfill and extension of utilities required for construction of the steam line manholes and related systems. Option 13 includes clearing grubbing, grading, installation of utilities, paving and striping to provide additional parking. Option 14 includes installation of stonework and associated work on the exterior of the utilitiy tunnel walkway at each end and center. Option 15 includes construction and installation of the circular stair in the atrium. Option 16 includes providing and installing carpet in the office areas. Option 17 includes providing and installing a recessed power distribution system which includes conduit and wiring power panels. Option 18 includes installation of insulation of vertical sections of the roof drain system. Option 19 includes installation of glass and wood walls and doors in break areas. Option 20 includes installation of stonework in the common lobby at the service level. Option 21 includes installation on walls of acoustic panels in the atrium. Option 22 includes installation of ceramic tile in the lobby and atrium. Option 23 includes installation of 50 percent of all the partitions and doors between offices. Option 24 includes installation of fire protection standpipes and valves. Option 25 includes fabrication and installation of steel platform on roof. Option 26 includes fabrication and installation of screen walls surrounding air handling units. Option 27 includes provide and install sensors and related accessories to control electric lighting as in offices and labs. Option 28 includes provide and install the observation dome. Option 29 includes install anti-static vinyl tile. Option 30 includes provide and install HEPA filters, fittings, diffuser units. Option 31 includes provide and install as indicated air handling units, circulating pumps and exhaust fans. Option 32 includes provide and install crane hoists and associated crane rails and accessories. Option 33 includes provide and install as indicated a gas detection system. Option 34 includes provide and install as indicated a laser warning system. Option 35 includes provide and install a hydraulic lift and platform under the observation dome. This project will be constructed at the NASA/Goddard Space Flight Center, Greenbelt, Maryland. The government intends to determine the responsibility of the electrical and mechanical subcontractors by requiring the prime contractor to furnish information concerning their past performance and level of experience. The information pertaining to the electrical subcontractor shall include, but shall not be limited to: list of similar projects to include site lighting systems, power distribution systems (including unit substations) grounding system; lighting protection system, and fire detection system. A list of any specialty subcontractors who will be proposed will be required. Previous demonstrated similar experience of the specialty contractor will be required. The information pertaining to the mechanical subcontractor shall include, but shall not be limited to: quantity and types of air handling systems, types of HVAC and plumbing piping systems, types of specialty gas piping systems and special exhaust systems, types of site utility systems. A list of any specialty subcontractors who will be proposed will be required. Previous demonstrated similar experience of the specialty contractor will be required. The magnitude of the project is over $10,000,000. The Limitation of Funds clause, GSFC 18-52.232-77 will apply to this contract and will be an enclosure to the solicitation. The bid date will be established when the IFB is issued. All prospective bidders located within a 50 mile radius of NASA are required to pick up the solicitation at Bldg 17, Room S-115. All prospective bidders outside the 50 mile radius must request the package in writing. There is a $500 non-refundable charge for the package. If you are picking the package up or requesting it by mail a cashiers check or money order is required. NASA will accept no other form of payment. The cashiers check or money order shall be made payable to NASA/GSFC. The initial bid period for this project will be 30 days. There will be a 15 day allowance for questions. The total bid period shall not exceed 45 days. Due to the compressed bidding period for this project, NASA is recommending bid packages be picked up as soon as possible after issuance. The solicitation documents will be available approximately March 24, 1995. Bid packages requested in writing shall be addressed to NASA/GSFC, Linda L. Treece, Code 242, Greenbelt Road, Greenbelt, MD 20771. The performance period of this project is 731 calendar days. Plans will be available for inspection without charge at NASA, Bldg 17, Rm. S-142. There will be a pre-bid conference and site visit prior to the bid opening. This procurement is under the Small Business Competitiveness Demonstration Program. All responsible sources may submit an offer which will be considered by NASA/GSFC. No collect calls, no telephone requests accepted. (0074)

Loren Data Corp. http://www.ld.com (SYN# 0152 19950316\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page