Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1995 PSA#1405

National Aeronautics and Space Administration/Goddard Space Flight Center (NASA/GSFC), Code 242, Greenbelt, MD 20771

Y -- EARTH SYSTEM SCIENCE BUILDING (ESSB) FACILITY SOL IFB5-35163/118 POC Linda L. Treece, Contracting Officer, (301) 286-8065. This is the advertisement for construction of the Earth System Science Building at the NASA/Goddard Space Flight Center, Greenbelt Maryland. This project was previously bid in June 1995 and will be re-bid in August 1995. This project consists of all labor, materials, and equipment necessary to construct the Earth System Science Building at the NASA/Goddard Space Flight Center, Greenbelt, Maryland. The project includes a base bid, eight (8) deductive bid items, and two options. The base bid consists of all management, labor, materials, equipment, coordination 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 structure of brick exterior insulating finish system and single ply membrane roof encompassing approximately 237,000 gross square feet of office and laboratory space, as defined in the bid documents for the project including but not limited to architectural, structural, mechanical, plumbing, fire protection, electrical, communications, elevators and support areas are provided. Miscellaneous spaces such as lobbies, corridors, toilet facilities, vending and break areas, shower room facilities shipping/receiving and loading dock areas are also included in the project. The site development includes clearing, demolition, rough grading, stormwater management sediment and erosion controls, storm drainage, the paving of roadways and parking areas, sidewalks and walkways installation, seeding and lighting. Utility system which will be extended from other areas of the East Campus are steam, chilled water, water, fire protection systems, and electrical power. Included in the Base Bid is the work defined in the Deductive Bid Items. Work involving the Option is not included in the Base Bid. Deductive bid item 1 consists of Link Road - Deduct installation of pavement (8'' aggregate base, 4'' asphalt base, and 2'' asphalt surface) and concrete curbs and gutters for Link Road from Sta 5+30 to 11+80. Also, delete construction of storm drain structures F2,2, K1, and K2 and their associated reinforced concrete piping. Provide a stub out of the 15'' RCP storm drain pipe from structure F2 1 toward F2.2 to Link Road Sta 5+35. Provide a 2% cross-sloped crown on top of the roadway embankment along centerline grade 0.5' below the proposed finished profile grade line. Necessary erosion and sediment control are to be included. Delete light fixtures, poles, and pole bases as indicated. Deductive bid item 2 consists of Fit-up of Area ''K'' - Deduct all interior walls, ceilings, and floor finishes. Electrical, plumbing, and fire protection work shall be as indicated on the drawings. For HVAC, delete all air distribution devices and all air distribution ductwork from the outlets of the VAV terminal units to the diffusers, and from the return air grilles to the return air trunk ducts. The HVAC systems serving the area shall be fully terminated and capped below the roof level with all fans installed for future operation. Deductive bid item 3 consists of Clean Room Packaged Unit - Deduct furnishing and installation of clean room packaged units as shown on the drawings including fan powered HEPA filter units, horizontal laminar flow supply and return units, and ceiling and wall systems. Units are as specified. Deduct electrical feeders and branch circuits as indicated. Deductive bid item 4 consists of fourth floor fit-up of Area J - Deduct entire interior fit-up to include, except as otherwise indicated, all interior walls, ceilings, and floor finishes. Electrical work shall be as indicated on the drawings. For HVAC, delete all fourth floor Area ''J'' air distribution devices and all air distribution ductwork from the outlets of the VAV terminal units to the diffusers, and the return air grilles. The HVAC systems serving the area shall be fully operational for zone cooling and heating. Modify sprinkler heads to be upright type in lieu of pendant type. Deductive bid item 5 consists of third and fourth floor fit-up of Area J - Deduct entire interior fit-up to include, except as otherwise indicated, all interior walls, ceilings, and floor finishes Electrical work shall be as indicated on the drawings. For HVAC, delete all fourth floor Area ''J'' air distribution devices and all air distibution ductwork from the outlets of the VAV terminal units to the diffusers, and return air grilles. The HVAC systems serving the area shall be fully operational for zone cooling and heating. Modify sprinkler heads to be upright type in lieu of pendant type. Deductive bid item 6 consists of second, third, and fourth floor fit-up of Area J - Deduct entire interior walls, ceilings and floor finishes. Electrical work shall be as indicated on the drawings. For HVAC, delete all second, third, and fourth floor Area ''J'' air distribution devices and all air distribution ductwork from the outlets of the VAV terminal units to the diffusers, and return air grilles. The HVAC systems serving the area shall be fully operational for zone cooling and heating. Modify sprinkler heads to be upright type in lieu of pendant type. Deductive bid item 7 consists of first, second, third, and fourth floor fit-up of Area J - Deduct entire interior fit-up to include, except as otherwise indicated, all interior walls, ceilings, and floor. Electrical work shall be as indicated on the drawings. For HVAC, delete all first, second, third, and fourth floor Area ''J'' air distribution devices and all air distribution ductwork from the outlet of the VAV terminal units to the diffusers, and the return air grilles. The HVAC systems serving the area shall be fully operational for zone cooling and heating. Modify sprinkler heads to be upright type in lieu of pendant type. Deductive bid item 8 consists of Area J - Deduct entire construction of Area J. Electrical work shall be as indicated on the drawings. For HVAC, delete the furnishing and installation of all HVAC system devices and materials serving Area ''J''. Hot water, steam, and chilled water piping serving the first through the fourth floors of Area ''J'' shall be capped at or near column line 8 in Area ''H''. For plumbing and fire protection delete the furnishing and installation of all plumbing and fire protection systems, devices, and materials serving Area ''J''. Domestic cold water piping serving the wall hydrants of the first floor of Area ''J'' shall be capped at column line 8 in Area ''H''. Option 1 consists of Additional Parking - Add parking as shown to include clearing, grubbing, grading, installation of utilities, paving, and striping. Add light fixtures, poles, pole bases, pull boxes, branch circuiting, and conduit as indicated. Option 2 consists of Demolition, clearing grbbing, rough grading, utilities, base and surface asphalt paving and all associated work for a complete installation of Explorer Road extended from sta. 9+00 to just beyond its intersection with Bldg 25 Access Road at sta 15+00, realigned portion of Bldg. 25 Access Road, and extension of Earth Observing Sytem Data Information System East Access Road. The magnitude of the project is between $20,000,000 and $36,000,000. The bid date will be established as 30 caledar days after issuance of the IFB. Due to the critical schedule for this project, (award must occur by September 30, 1995) NASA is recommending bid packages be picked up as soon as possible after issuance. All prospective bidders within a 50 mile radius of NASA are required to pick up the bid package at Bldg. 17, Room N142. All prospective bidders outside the 50 mile radius of NASA must request the package in writing and address their request to NASA/GSFC, Linda L. Treece, Code 242, Greenbelt Road, Greenbelt, MD 20771. Prospective bidders who purchased the package the first time will be required to pay $250.00 for the package. Prospective bidders purchasing the package that did not previously bid the project will be charged $500.00. A cashiers check or money order in the appropriate amount is the only form of payment NASA will accept. Checks will be made payable to NASA/GSFC. The solicitation documents wil be available approximately August 22, 1995. The Limitation of Funds Clause will apply to this procurement. 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 telehone requests accepted. (0216)

Loren Data Corp. http://www.ld.com (SYN# 0161 19950807\Y-0002.SOL)


Y - Construction of Structures and Facilities Index Page