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