Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1998 PSA#2039

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

Y -- INSTALL LEAK DETECTION SYSTEM, BUILDING 8 SOL 9-BJ33-T07-8-9P POC Betty J. Holt, Contract Specialist, Phone (281) 483-4175, Fax (281) 483-9741, Email bholt@ems.jsc.nasa.gov -- Rodney J. Etchberger, Contracting Officer, Phone (281) 483-8530, Fax (281) 483-9741, Email retchber@ems.jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/JSC/date.html#9-BJ33-T07-8-9P. E-MAIL: Betty J. Holt, bholt@ems.jsc.nasa.gov. NASA/JSC plans to issue a Request for Offer for the Installation of a Leak Detection System in Building 8. This procurement is open to both large and small business and ranges between $250,000, and $500,000. This procurement is part of the Small Business Competitiveness Demonstration Program and is being conducted using the NASA Midrange procedures. The Standard Industrial Code for the procurement is 1623,and the Small Business Size Standard is $17.0. This project provides for the replacement of existing 4-inch PVC photographic waste piping and will be replaced with new double wall piping. The existing piping is buried underground and in the tunnel below Building 8. The existing leak detection cable will be re-installed in the annulus of the new double wall piping. The new leak detection cables are to be installed in the new direct buried underground double wall piping. Due to the ongoing occupancy of the building, the successful contractor must take due consideration to lessen disruption to the building occupants. This may include some night shift or weekend construction, installing systems in stages, and any other practical considerations required to ensure that building operations are not excessively interfered with. The photographic waste piping contains hazardous chemical waste. The successful contractor should provide proof of Resource Conservation and Recovery Act (RCRA) training, (a certificate or statement of completion of training is acceptable). In addition, the contractor must receive or have received Confined Space Training at JSC before entering the tunnel. The successful contractor shall be required to wear proper personal protective equipment (PPE) when entering the tunnel or handling the waste piping. The contract will be awarded using the "best value" method with the following criteria: a) Specialized experience in installing double-walled piping systems with leak detection cables; b) Capacity to provide competent individuals with documented qualifications for this type of work; and c) Past performance and relevant experience work on environmental contracts in NASA and/or other Government agencies. The construction contractor will be given approximately 180 calendar days to complete the project, of which 60 days are set-aside for Space Shuttle activities wherein limited work may be accomplished. The anticipated release date of the RFO is on or about March 9, 1998, with an anticipated offer closing date of April 13, 1998. A mandatory 'Prebid Site Investigation' will be held on or about March 23, 1998. The firm date for receipt of offers will be stated in the RFO. All responsible sources are encouraged to submit an offer which shall be considered by the agency. An ombudsman has been appointed -- See Note "B". This solicitation and any documents related to this procurement will be available on the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on the 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://nais.msfc.gov/EPS/JSC/date.html. However the specifications and drawings must be purchased from Ridgway's, Inc., Attn: Paul Vela, 5711 Hillcroft, Houston, TX 77036. Phone: 713-787-1224, FAX: 713-974-4945. It is the Offeror's responsibility to monitor the web site for solicitation release and all amendments thereto. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0054)

Loren Data Corp. http://www.ld.com (SYN# 0136 19980225\Y-0013.SOL)


Y - Construction of Structures and Facilities Index Page