|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1996 PSA#1608NASA, Johnson Space Center, BJ33, Houston, TX 77058-3696 Y -- REPAIR MECHANICAL SYSTEMS IN BUILDING 17 SOL 9-BJ33-T13-6-08B DUE
053196 POC Contract Specialist: Frances Davidson, (713) 483-4176
Contracting Officer: R. J. Etchberger, (713) 483-8530 NASA/JSC plans to
issue a Request for Offer (RFO) for the replacement of the existing
primary heating ventilating and air conditioning (HVAC) equipment with
new modernized HVAC equipment in Building 17 at the Johnson Space
Center (JSC) This procurement is being conducted under the NASA/JSC
MidRange Pilot Test Program approved by the Office of Federal
Procurement Policy on April 16, 1993. This procurement is a total small
business set-aside under Standard Industrial Code 1711. Planned release
of the RFO contract is 5/31/96 with bid opening opening schedule
7/17/96; 1:00 p.m. central daylight time. The estimated construction
range is between $500,000 and $1,000,000 and shall be completed within
300 calendar days after Notice to Proceed. The project consists of a
base bid and one additive alternate as follows: Base Bid: The work
includes replacement of casings, structures, valves, coils, dampers,
and filter assemblies, of six (6) existing air handling units (AHU's).
The work also includes disconnecting the areas, that require 24 hours
cooling, from the main AHU's and installing new fan coil units to cool
these areas. Additive Alternate 1: The work consists of converting the
existing constant volume HVAC system into a variable air volume (VAV)
system. The work includes replacing the existing constant volume
mixing box controls with VAV controls, and providing variable speed
drives for four (4) of the main AHU's. All responsible sources may
submit an offer which shall be considered by the agency. An ombudsman
has been appointed to hear concerns from offers and potential offerors
during the preaward and postaward phases of this acquisition. The
purpose of the ombudsman is not to diminish the authority of the
contracting officer, the Source Evaluation Board, or the selection
official, but to communicate concerns, issues, disagreements, and
recommendations of interested parties to the appropriate Government
personnel and to work to resolve them. When requested, the ombudsman
will maintain strict confidentiality as to the source of the concern.
The ombudsman does not participate in the evaluation of proposals, the
source selection process, or the ajudication of formal contract
disputes. Interested parties are invited to call the installation
ombudsman, Susan H. Garman at 713-483-0490. Concerns, issues, and
disagreements which cannot be resolved at the installation may be
referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. The
solicitation (except for drawings and specifications) and any documents
related to this procurement will be available over the Internet. These
documents will be in RTF format and will reside on a World-Wide Web
(WWW) server, which may be accessed using client browsers, such as,
MOSAIC or NETSCAPE. The WWW address, or URL, of the JSC Procurement
home page is: ''http://www.jsc.nasa.gov/bd2/'' The specifications and
drawings must be purchased from Ridgway's, Inc., Attn: Bill Dement,
5711 Hillcroft, Houston, TX 77036, Phone 713-787-1224, FAX
713-974-4945. It is the offeror's responsibility to monitor this site
for solicitation release. Potential offerors will be responsible for
downloading their own copy of the solicitation. The closing date shall
be the same as the solicitation released on the Internet. If there are
any questions, the contracting specialist may be contacted via E-mail
at fdavidson@ja1.jsc.nasa.gov or by phone at (713) 483-4176 or the
contracting officer may be contacted via E-mail at
retchberger@ja1.jsc.nasa.gov or by phone at (713) 483-8530. (0152) Loren Data Corp. http://www.ld.com (SYN# 0082 19960603\Y-0001.SOL)
Y - Construction of Structures and Facilities Index Page
|
|