Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Y -- UTILITY CONTROL SYSTEM (UCS) SETPOINT CONTROL SOL 0-00-13 POC Charles S. Hamlin, Contract Specialist, Phone (256) 544-0347, Fax (256) 544-9162, Email chuck.hamlin@msfc.nasa.gov -- Timothy P. Crabb, Contracting Officer, Phone (256) 544-0365, Fax (256) 544-9162, Email tim.crabb@msfc.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=62#0-00-13. E-MAIL: Charles S. Hamlin, chuck.hamlin@msfc.nasa.gov. NASA/MSFC plans to issue an Invitation for Bid (IFB) to provide the labor, equipment, and materials to add temperature set point control to select HVAC equipment to be controlled by the MSFC Utility Control System (UCS). In general, this project consists of installing all the electrical wiring system hardware, transducers, pneumatic tubing, control wiring, performing testing and balancing on affected systems, providing the system programming (including graphics), database regeneration, and acceptance testing to add temperature set point control to select HVAC equipment to be controlled by the MSFC UCS. All work as described in Spec No. FAC-M4161 and as shown on contract drawings referenced therein regarding Buildings 4610, 4705, 4663, and 4471. There are seven additive alternates which will be included in the bid package. The alternates are all work as described in Spec No. FAC-M4161 and as shown on contract drawings referenced therein regarding (1) Building 4702; (2) Building 4491; (3) Building 4485; (4) Building 4353; (5) Building 4476; (6) Building 4723 and (7) Building 4708. All requests must be in writing and contain the complete company name, address, and phone/fax numbers. Requests for IFB packages must include a cashier's check in the amount of $25.00 made payable to "NASA MSFC CASHIER." Award of this project is contingent upon the availability of funds. Safety records of the prime contractor and subcontractors will be a consideration at award time and the prime contractor must have an EXPERIENCE MODIFICATION RATING (EMR) OF 1.0 OR LESS AND PROOF INCLUDED WITHIN THE BID PACKAGE. THE PRIME SUBCONTRACTOR'S EMR RATING SHALL BE NO MORE THAN 1.1. REQUESTS FOR IFB PACKAGES WILL NOT BE ACCEPTED LESS THAN TEN DAYS PRIOR TO BID OPENING. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The order of magnitude for the procurement is $1,000,000.00 to $5,000,000.00 and the effort shall be completed within 270 days from Notice to Proceed. This procurement is a total small business set-aside. See Note 1. The SIC Code and Size Standard are 1731 and $11.5M, respectively. The DPAS rating for this procurement is DO-C9. The anticipated release date FOR IFB MSFC 0-00-13 is on or about AUGUST 25, 2000 with an anticipated bid due date of on or about SEPTEMBER 25, 2000. The firm date for receipt of bids will be stated in the IFB. Drawings will be available from the office of the personnel listed below. All qualified responsible sources may submit a bid which shall be considered by the agency. The Internet site, or URL, for the NASA/MSFC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 An ombudsman has been appointed. See NASA Specific Note "B". Posted 08/10/00 (D-SN484436). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0164 20000814\Y-0012.SOL)

Y - Construction of Structures and Facilities Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com