Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29, 2001 PSA #2883
SOLICITATIONS

Z -- REHABILITATION AND MODIFICATION, FLIGHT LOADS LABORATORY, BUILDING 4820

Notice Date
June 27, 2001
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
ZIP Code
93523-0273
Solicitation Number
RFO4-01037
Point of Contact
James M. Hillman, Contracting Officer, Phone (661) 276-2457, Fax (661) 276-2904, Email jim.hillman@dfrc.nasa.gov -- Sally L Saunders, Contracting Officer, Phone (661) 276-2872, Fax (661) 276-2291, Email sally.saunders@dfrc.nasa.gov
E-Mail Address
James M. Hillman (jim.hillman@dfrc.nasa.gov)
Description
NASA/DFRC hereby solicits information from potential sources for the rehabilitation and modification of Building 4820, Flight Loads Laboratory, for the National Aeronautics and Space Administration, Dryden Flight Research Center (NASA/DFRC), Edwards, California 93523. Contractor shall provide all the labor, equipment, and materials including architectural, mechanical, electrical, fire protection, and demolition/hazardous materials abatement work. The architectural scope includes: 1) Repalcement of seals and weather-stripping in the existing High Bay Test Area, and, 2) Recessing of existing personnel access door in High Bay Test Area hangar door. Mechanical scope includes: 1) Installation of new evaporative cooling units, related ductwork and equipment for the High Bay Test Area, Warehouse, and Load Frame areas, 2) Removal of existing gravity louvres in the roof of the High Bay Test Area and replacement with electrically operated louvres, and, 3) Removal of existing water, compressed air, and gas piping in the High Bay Test Area and replacement with new piping in kind. Electrical scope includes: 1) Replacement of specified existing panels, switchboards and motor control centers (MCC) in hangar area with new ones, 2) Replacement of existing motor generator with new UPS units in the third floor mechanical room, 3) Disconnection of electrical circuits from existing exhaust fans on high bay roof and reconnection to new exhaust fans. Disconnection and removal of associated conduits and wire at existing HVAC equipment on the first floor roof and mechanical rooms. Provision and installation of conduits to connect new HVAC equipment, and, 4) Replacement of hangar door motors. Control systems equipment and components shall be manufactured by Siemens Building Technologies Inc., Landis Division. No substitutes are permitted. Fire protection scope includes: 1) Provision and installation of fire alarm devices and associated conduit, 2) Connection of new devices to existing Fire Alarm Control Panel (FACP), Simplex 4120, located in the first floor office area, and, 3) Testing of the fire alarm system after installation of new devices. Fire Alarm testing to include MEGGER, ALARM, TROUBLE, GROUND, AND BATTERY TESTING. Demolition and hazardous materials removal scope includes: Removal and abatement of lead and chromium containing paint found on steel structure of the High Bay Test Area, warehouse, load frame area and flow visualization facility. Removal and abatement of lead and chromium containing paint shall be limited to areas where new ductwork, conduit, lighting, supports and equipment are attached to existing painted metal. In addition, lead and chromium containing paint must be abated and removed in areas where existing painted metal is cut, drilled, ground, welded, brazed or otherwise disturbed. All construction work on the project will be performed during normal work hours 7:30 AM to 4:00 PM. After hours fire alarm testing will be scheduled as necessary. The order of magnitude for this procurement is between $500,000 and $1,000,000 and the effort is estimated to last 304 days. The NAICS Code and Size Standard are 233320 and $27.5 Million, respectively. All qualified responsible sources may submit an offer which shall be considered by the agency. The anticipated release date of the IFB/RFO is on or about July 6, 2001 with an anticipated offer due date of on or about August 7, 2001. Prospective offerors shall notify this office of their intent to submit an offer. It is the potential offerors responsibility to monitor the Internet 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 of specifications and drawings may be obtained from the Bid Distribution office; 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 notes can be viewed at the followingURL: http://genesis.gsfc.nnasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#RFO4-01037)
Record
Loren Data Corp. 20010629/ZSOL030.HTM (D-178 SN50Q1V7)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on June 27, 2001 by Loren Data Corp. -- info@ld.com