Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24, 2001 PSA #2963
SOLICITATIONS

Y -- FIXED PRICE CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS FOR ROOF CONSTRUCTION MODIFICATIONS AND REPAIRS.

Notice Date
October 22, 2001
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
ZIP Code
00000
Solicitation Number
9-BJ33-T54-2-02P
Point of Contact
Andrea R Falls, Contract Specialist, Phone (281) 483-1862, Fax (281) 483-9741, Email andrea.r.falls1@jsc.nasa.gov -- Katherine K Autry, Contracting Officer, Phone (281) 483-2916, Fax (281) 483-9741, Email katherine.k.autry1@jsc.nasa.gov
E-Mail Address
Andrea R Falls (andrea.r.falls1@jsc.nasa.gov)
Description
NASA/JSC plans to issue a Request for Offer (RFO) to award up to 5 (five) Indefinite Delivery Indefinite Quantity (IDIQ) contracts for roofing construction modifications and repairs at Johnson Space Center (JSC), Ellington Field, and Sonny Carter Training Facility which JSC will issue fixed price Delivery Orders. Funds are not currently available; if funds become available each contract will be awarded with a minimum contract value of $5,000.00 and a maximum contract value NTE $6,000,000, per contract over a three-year contract performance period, beginning in FY 2002. Initially, one delivery order, which combines two projects will be competed. Future projects will be competed only among the contracts awarded, and will be issued as delivery orders. This procurement is part of the Small Business Competitiveness Demonstration Program and award of the contracts will be based on the use of NASA Mid-Range Best Value selection procedures (see NFS 1871). The contracts will be awarded under the North American Industrial Classification System (NAICS) Code 235610. The NAICS Code and small business size standard for this procurement are 235610 and $11.5M respectively. As part of the forthcoming IDIQ solicitation, one delivery order will be competed, combining Project 00101 for replacement of 66,230 square feet of built up roofing at Building 8 and 36, and Project 00103 for replacement of 70,034 square feet of built-up roofing at Buildings 419 and 421. The project includes installation of a tiedown system for personnel fall prevention which meets OSHA standards. These anchor points will be attached to the building structural steel. The work consists of removing existing aggregate, built-up roofing materials, and underlying insulation board and replacing with a built-up roof system on full roof sections. The slope of the roof shall be upgraded to provide for improved drainage. Additionally, the roof access ladders on Building 419 and the high bay of Building 36 shall be modified to met OSHA standards; at Building 421, the metal deck has deteriorated and will require partial replacement. The base bid shall be replacement of the roofs in Building 421 and 36. Option 1 shall be the roof on Building 8 and Option 2 shall be Building 419. The order of magnitude for the combined projects is $2M to $5M. The effort shall be completed within 360 calendar days after notice to proceed. The time stated for completion shall include final cleanup of the premises. The anticipated release date of Request for Offer (RFO) 9-BJ33-T54-2-02P is on or about November 19, 2001, with an anticipated offer closing date on or about December 26, 2001. The firm date for receipt of offers will be stated in the RFO. The specifications and drawings must be purchased from Ridgeway's Inc., Attn: Document Management Department, 5711 Hilcroft, Houston, TX 77036. Telephone number (713) 787-1224, Fax number (713) 782-2862. All QUALIFIED responsible sources may submit a proposal which shall be considered by the Agency. The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-27. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement with the exception of the specifications and drawings will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's 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). If there are any questions, the Contract Specialist may be contacted via E-mail at afalls@ems.jsc.nasa.gov or by telephone at (281) 483-1862, or the Contracting Officer my be contacted via E-mail at kautry@ems.jsc.nasa.gov or by telephone at (281) 483-2916. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.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=73#99209)
Record
Loren Data Corp. 20011024/YSOL002.HTM (D-295 SN5112K4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on October 22, 2001 by Loren Data Corp. -- info@ld.com