Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1998 PSA#2146

NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Z -- HANGAR ONE (1) ROOFING REPAIRS SOL RFQ2-36768MJM DUE 081098 POC Michael J. McIntyre, Purchasing Agent, Phone (650) 604-1364, Fax (650) 604-3772, Email mmcintyre@mail.arc.nasa.gov -- Barbara A. Drake, Contracting Officer, Phone (650) 604-3002, Fax (650) 604-4646, Email bdrake@mail.arc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/ARC/date.html#RFQ2-36768MJM. E-MAIL: Michael J. McIntyre, mmcintyre@mail.arc.nasa.gov. This notice is a combined solicitation/RFQ for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The requirements of this procurement are to repair the roof of Hangar ONE to facilitate zero water leakage during the rainy season in accordance with the following listed statement of work, paragraph 1 through 4.2: NASA AMES RESEARCH CENTER PLANT ENGINEERING BRANCH (JFP) STATEMENT OF WORK (SOW) 1. SCOPE: 1.1 Title: Hangar One (1) Roofing Repairs: 1.2 Location of Work: NASA Ames Research Center, Moffett Field, CA. Hangar One (1) 2. REFERENCES: a. AHB1700-1, NASA Ames Health and Safety Manual (for perusal at NASA) b. Roofing Repairs, Hangar 1 3. REQUIREMENTS: 3.1 Remove and reinstall interferences necessary to accomplish the requirements of this SOW. 3.2 Accomplish the requirements of 2.a for NASA safety requirements. 3.2.1 Submit two (2) legible copies of a Safety Plan to the Government, one (1) week prior to start of work listing the following information: a. Safety program objectives. b. Responsibilities of contractor's key personnel. c. Rules for safe practices, complying with reference item 2.a. d. Safety meetings, inspections, and reports to be conducted or made. e. Location/telephone numbers of emergency services and location of their posting on the job site. f. Accident reporting procedures. g. Procedures for securing an accident site until investigation by the government is complete. h. Procedures for securing work areas and protecting personnel in the event of an accident, emergency or disaster. i. Provisions for secondary containment of any hazardous materials that will be brought or generated on site. 3.3 Accomplish the requirements of item 2.b for the repair of the Hangar One (1) roof. Approximately 1,650 linear feet at the transition of built-up (BUR) and metal roofing, 60 linear feet of expansion joint, and 100 each 3-inch (average) pipe penetrations to be repaired. 3.3.1 Submit two (2) legible copies of item 2.b's "Submittals" to the government, one (1) week after receipt of signed purchase order. 3.4 Exact locations of repair will be shown by the Government, and actual field measurements shall be taken by the contractors, on the roof of Hangar One, at the bid/job walk. (See solicitation for times and dates). It is in the best interest of each contractor to attend the bid/job walk to fully understand the scope of work. 4. NOTES: 4.1 Project Manager will be Sal Navarro, (650)604-6978, located at building 19, room 1023. 4.2 Because of the unusual structure of Hangar One, interested quoters should request a copy of the Specifications/ Statement of Work prior to responding to this RFQ either through written request or via fax at FAX No.(650)604-1364 or 3772. The provisions and clauses in the RFQ are those in effect through FAC 97-05. This procurement is a total small business set-aside. See Note 1. The SIC code and the small business size standard for this procurement are 1761 and $7M, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The Completion Date for this project at Ames Research Center is required within 40 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C3. A bid/job walk will be conducted at O9:00 AM on July 30, 1998. All interested parties will meet at Building 19, Room 1021. Interested parties shall submit the names of the bid/job walk attendees for visitor badging no later than 11:00 AM on July 29, 1998. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact: (Michael J. McIntyre, Bldg. 19, Room 1021, Moffet Field, CA. 94035-1000 or FAX:(650)604-7354) by the time/date specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouaged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. Applicable clauses are: 52.222-3, 52.233-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.222-41, and 52.222-42. Addendum to FAR 52.212-5 is as follows: ARC 52.232-93. Questions regarding this acquisition SHALL be submitted IN WRITING no later than August 3, 1998. Quotations are due by 03:00 PM, PDST, August 12, 1998 to the address specified in a previous paragraph above. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". (Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 07/24/98 (D-SN228368). (0205)

Loren Data Corp. http://www.ld.com (SYN# 0348 19980728\Z-0034.SOL)


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