|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1997 PSA#1776NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BJ Y -- REPLACE PRIMARY HEATING VENTILATION AND AIR CONDITIONING (HVAC)
UNIT IN BUILDING 16 SOL 9-BJ33-T07-7-04B DUE 032897 POC Betty J. Holt,
Contract Specialist, Phone (281) 483-4175, Fax (281) 483-9741, Email
bholt@ja1.jsc.nasa.gov WEB: Johnson Space Center Procurement Home Page,
http://www.jsc.nasa.gov/bd2/. NASA/JSC plans to issue a Request for
Offers for the replacement of the primary ventilating and air
conditioning (HVAC) unit with new modernized HVAC equipment in Building
16. This procurement is being conducted under the NASA MidRange Pilot
Test Program approved by the Office of Federal Procurement Policy. The
order of magnitude for the procurement is $500,000 to $1,000,000 and
the effort shall be completed within 220 calendar days after notice to
proceed. This procurement is open to both large and small businesses.
The Standard Industrial Classification Code for the procurement is
1711. The corresponding size standard is $7.0 million per 3 year
average. The anticipated release date of the RFO is on or about
February 18,1997, with an anticipated closing date of on or about March
28, 1997. All responsible sources may submit a bid which shall be
considered by the agency. As a special responsibility requirement
pursuant to Part 14 of the Federal Acquisition Regulation (FAR), the
RFO/Contract will containOSHA Safety Standards applicable to SIC Code
1711 and Workmen's Compensation formula for safety to determine the
responsible, responsive bidder. An ombudsman has been appointed -- See
Note "B". This project provides for the replacement of one existing
primary ventilating and air conditioning (HVAC) unit with new
modernized HVAC equipment in Building 16 at Johnson Space Center. This
project also provides for the installation of approximately 3,700
square meters of fire sprinklers on the first and second floor of
Building 16 South Wing. The installation of the sprinkler piping in
occupied areas such as offices and laboratories shall be performed
after hours or on weekend shifts. Due to the ongoing occupancy of the
building, the Contractor shall take due consideration to lessen
disruption to the buildings and its occupants. This will include night
shift construction, installing systems in stages and any other
considerations required to ensure that there is no interference with
building operations. 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 hangars. Some of the ductwork insulation canvas and
hot water and steam insulation may also have asbestos containing
material (ACM). Dust containing ACM's can also be found inside AH-16-5.
Precautions against asbestos contamination shall be implemented as
indicated in the JSC Asbestos Control Manual. The AHU may have paint
coatings that contain lead. Demolition of the AHU 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. The construction
Contractor will be given apporximately 220 calendar days to complete
the project. The solicitation and any documents related to this
procurement will be available over the Internet. These documents will
be in ASCII or RTF format and will reside on a World-Wide Web (WWW)
server, which may be accessedusing a WWW browser application. The WWW
address, or URL, of the NASA/JSC Business Opportunities page is
http://procurement.nasa.gov/EPS/JSC/class.html. It is the offeror's
responsibility to monitor this site for the release of the solicitation
and amendments (if any). Potential offerors will be responsible for
downloading their own copy of the solicitation and amendments (if any).
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. If there are any questions, the
contract specialist may be contacted via E-Mail at
bholt@ja1.jsc.nasa.gov or by phone at (281)483-4175 or the Contracting
Officer may be contacted via E-mail at retchber@ja1.jsc.nasa.gov or by
phone at (281)483-8530. Any referenced numbered notes can be viewed at
the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0034) Loren Data Corp. http://www.ld.com (SYN# 0098 19970205\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|