Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1996 PSA#1714

NASA, Johnson Space Center, BJ33, Houston, TX 77058-3696

Y -- REPAIR MECHANICAL SYSTEMS, BUILDING 17 SOL 9-BJ33-T14-7-03P DUE 111596 POC Contract Specialist: Karon Cox, (281) 483-4159 Contracting Officer: R. J. Etchberger, (281) 483-8530 NASA/JSC plans to issue a Request for Offer (RFO) for ''Repair Mechanical Systems, Building 17''. This procurement is open to both large and small business and ranges between $500,000 and $1,000,000. 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. The Standard Industrial Code is 1711 and this project provides for the replacement of the existing primary heating ventilating and air conditioning (HVAC) equipment with new moderized HVAC equipment in Building 17 at the Johnson Space Center. This project is divided into a Base Bid and Three (3)Additive Alternates. Base Bid: The Base Bid work includes the replacement of three (3) existing air handling units (AHU's): AH-17-1, AH-17-4, and AH-17-6. The work also includes installing two new fan coil units. Additive Alternate No. 1: Additive Alternate No. 1 provides for the replacement of three (3) existing air handling units: AH-17-2, AH-17-3, and AH-17-7. Additive Alternate No. 2: Additive No. 2 provides for converting the existing constant volume HVAC system associated with AH-17-1 and AH-17-4 into a variable air volume (VAV)system. The work includes replacing the associated existing constant volume mixing boxes' internal dampers and pneumatic damper controllers with new VAV dampers and pneumatic damper contollers. The mixing boxes' casings and support hangers shall remain in place. The work also includes providing variable speed drives in AH-17-1 and AH-17-4. Additive Alternate No. 3: Additive No. 3 provides for converting the existing constant volume HVAC system associated with AH-17-2 and AH-17-3 into a VAV system. The work includes replacing the associated existing constant volume mixing boxes' internal dampers and pneumatic damper controllers with new VAV dampers and pneumatic damper controllers. The mixing boxes' casing and support hangers shall remain in place. The work also includes providing variable speed drives in AH-17-2 and AH-17-3. Due to the ongoing occupancy of the building, the Contractor shall take due consideration to lessen disruption to the building and its occupants. This will include night shift construction, installing systems in stages, installing temporary air handling units to provide cooling during the air handling unit replacement periods, and any other practical considerations required to ensure that building operations are not excessively interfered with. The building contains asbestos. This will require the contractor to perform spot asbestos abatement on the decking and structural members above the suspended ceiling to install ductwork, piping and conduit hangers. Some of the ductwork insulation canvas and the hot water and steam piping insulation may also have asbestos containing material (ACM). Dust containing ACM's can also be found inside AH-17-1, AH-17-2, AH-17-3, and AH-17-4. Precautions against asbestos contamination shall be implemented as indicated in the JSC Asbestos Control Manual. Some of the AHU's have paint coatings that contain lead. Demolition of the AHU's shall be performed with a cutting saw. Torch cutting or any other form of burning is not an approved method for demolition of the AHU's. The construction contractor will be given approximately 300 calendar days to complete the project. 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 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/'' 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 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. The RFO will be released on or about November 15, 1996 If there are any questions, the contract specialist may be contacted via E-mail at kcox@ja1.jsc.nasa.gov or by phone at (281) 483-4159 or the contracting officer may be contacted via E-mail at retchber@ja1.jsc.nasa.gov or by phone at (281) 483-8530. See note 26. (0305)

Loren Data Corp. http://www.ld.com (SYN# 0085 19961101\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page