|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,2000 PSA#2528NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA
93523-0273 Z -- REHAB MAIN HANGAR B4802 SOL RFO4-00022 DUE 031500 POC Sally L
Saunders, Contracting Officer, Phone (661)258-2872, Fax (661) 258-2291,
Email sally.saunders@dfrc.nasa.gov -- Leta R. Neyman, Contract
Specialist, Phone (661) 258-3340, Fax (661) 258-2291, Email
leta.neyman@dfrc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFO4-0002
2. E-MAIL: Sally L Saunders, sally.saunders@dfrc.nasa.gov. NASA/DFRC
plans to issue an Request for Offer for Rehab Main Hangar B4802. This
job consists of the following: Base Bid: The base bid consists of the
replacement of B4802 electrical systems, refurbishment of the two
hangar doors, replacement of sliding doors with roll-up doors, removal
of all unused electrical/communication conduit and plumbing lines,
installation of interior metal wall panels and installation of an
acoustic suspended ceiling in the hangar. Also included is the
rehabilitation of the fire protection system including replacement of
the deluge valves, rehabilitation of the building mechanical and
radiant heating systems and work on some of the central hydraulics
system. Bid Option 1: Option 1 consists of bead blasting and repainting
the hangar floor. Bid Option 2: Option 2 consists of work on the
central hydraulics system located in B4890 to include operating and
monitoring controls for both the four existing hydraulic pumps and
hydraulic cooling system. Also included is the installation of an
emergency power off system in B4802 and B4801. Bid Option 3: Option 3
involves the addition of a concrete masonry shop area to the west side
of the hangar. Bid Option 4: Option 4 consists of hangar roof repair,
including installation of a roof anchor tie down system and the
application of a polyurea roof coating. Bid Option 5: Option 5 includes
the installation of new hydraulic operating/monitor controls for four
existing standpipes in hangar B4801. Bid Option 6: Option 6 includes
the installation of new hydraulic operating/monitor controls for eleven
existing standpipes in hangar B4802. Bid Option 7: Otion 7 includes the
installation of a new central hydraulics automation and control system
located in B4890. The order of magnitude for the procurement is
between $1,000,000 and $5,000,000 and the effort shall be completed
within 500 calendar days after notice to proceed. The SIC Code and
small busines size standard for this procurement are 1542 and 17
million, respectively. The anticipated release date of the IFB is on or
about Feb 15, 2000 with an anticipated offer closing date of on or
about Mar 15, 2000. The provisions and clauses in the solicitation are
those in effect through FAC 97 -- 14. The firm date for receipt of
bids will be stated in the IFB. All responsible qualified sources may
submit a bid which shall be considered by the agency. An ombudsman has
been appointed -- See Internet Note "B". The solicitation and any
documents related to this procurement will mailed to all offeoros who
have requested a copy of this solicitation. Only one copy of the
solicitation will be provided to prospective offerors. Prospective
offerors shall submit their request for a copy of this acquisition in
writing to this office. It is the offeror's responsibility to monitor
the Internet site for the release of the solicitation and amendments
(if any). Any referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 01/31/00
(D-SN420254). (0031) Loren Data Corp. http://www.ld.com (SYN# 0089 20000202\Z-0021.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|