Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822

JSC White Sands Test Facility, Mail Code RE, P.O. Drawer MM, Las Cruces, NM 88004-0020

Z -- REHABILITATE ELECTRICAL SUBSTATIONS SOL IFB9-WSRE-W02-7-46B POC Vernon J. Brown, Contracting Officer, Phone (505) 524-5134, Fax (505) 524-5130, Email vernon.j.brown@wstf.nasa.gov -- Linsey J. Irby, Contracting Officer, Phone (505) 524-5139, Fax (505) 524-5130, Email lirby@wstf.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/JSC/date.html#IFB9-WSRE-W02-7-46B. E-MAIL: Vernon J. Brown, vernon.j.brown@wstf.nasa.gov. NASA/JSC White Sands Test Facility plans to issue a Invitation for Bid for the rehabilitation of electrical substation including system components and equipment. This effort entails the replacement of motor control centers, switchboards, substations and modification of associated equipment and other appurtenances. The project will consist of all management services and construction work required to replace/relocate the following: motor control centers (480 Volts AC); substations (24.9 kV Primary -- 480 and 208 Volt Secondary); switchboards (480 Volts AC); and to modify all related enclosures, panels, meters, interconnecting raceways, wiring systems, and necessary building structures. All construction will occur at WSTF and shall be coordinated and scheduled to avoid impacting the normal work activity at WSTF. Some demolition and installation work will require non-stop around- the-clock 24-hour operation and installation of temporary utilities, including, power and HVAC. The work will be scheduled during various designated and discontinuous time periods. Project specifications and drawings are available for review or purchase from plan houses listed in the solicitation. 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 between $1,000,000 and $5,000,000 and the effort shall be completed within 380 calendar days after notice to proceed. The Standard Industrial Classification Code for the procurement is 1731. The corresponding size standard is 7.0 million. The anticipated release date of the IFB is on or about May 16, 1997 with an anticipated offer closing date of on or about June 20, 1997. The firm date for receipt of offers will be stated in the RFO. Drawings will be available from the identified point of contact. All responsible sources may submit a bid which shall be considered by the agency. An ombudsman has been appointed -- See Note "B". The solicitation (with the exception of specifications and drawings) 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 accessed using 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. Prospective offerors shall notify this office of their intent to submit an offer. 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). Hard copies may be obtained from the identified point of contact; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0149 19970411\Z-0016.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page