Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SOLICITATION NOTICE

Y -- ADD SHOWERS AND LOCKER ROOM TO BUILDING 4315 MEN'S LOCKER ROOM AREA

Notice Date
9/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
MSFC-IFB-0-02-08
 
Point of Contact
Dennis C. Parton, Contract Specialist, Phone (256) 544-5567, Fax (256) 544-9162, Email Dennis.Parton@msfc.nasa.gov - Ketela K. White, Contracting Officer, Phone (256) 544-7179, Fax (256) 544-9162, Email ketela.white@msfc.nasa.gov
 
E-Mail Address
Email your questions to Dennis C. Parton
(Dennis.Parton@msfc.nasa.gov)
 
Description
NASA/MSFC plans is issueing a Request for Quote (RFQ) for addition of a shower area, drying area, and additional locker space to the existing men's locker room. This addition will be approximately 430 SF.=20 Approximately 230 SF of 4" thick new concree side walk will be constructed. The facility will be constructed of concrete block walls, both interior and exterior, with a concrete roof deck supported by open web steel joists and a modified bitumen roof installed on the deck. The floor will be exposed 6" slab on grade. A new opening will be installed in the existing North wall for access. Anew 2 1/2 ton roof mounted, gas fired, heating and cooling with associated supports, controls, ductwork, chilled water, gas piping, etc. will be installed. Gas piping, meter bollards will have to be relocated. Hot and cold water piping ad sewers will be extended to accommodate new addition. General lighting and AC power for the new HVAC will be installed. New Space Temperature Sensor and AC unit start/stop and status to UCS will be installed. New sensor and wiring shall be connected to existing UCS and MUX panel. DRAWINGS ARE AVAILABLE UPON REQUEST. Safety records of the prime contractor and subcontractor 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. REQUEST FOR IFB PACKAES WILL NOT BE ACCEPTED LESS THAN TEN (10)DAYS PRIOR TO BID OPENING. AWARD OF THIS PROJECT IS CONTINGENT UPON THE AVAILABILITY OF FUNDS. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The Government does not intend to acquire a commercial item using FAR Part 12. See note 26. This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 23330 and 27.5, respectively. The DPAS Rating for this procurement is DO-C9. This is a combination synopsis/solicitation with a release date for IFB-0-02-08 on September 10, 2002 with a bid due/closing time/date of 1:30 PM on September 26, 2002. Sealed offers in original and 3 copies to perform the work required are due at Building 4250, Room 38 by the afore mentioned local time and date where it will be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. All qualified=20 responsible sources may submit a quote which shall be considered by the agency. Offers providing less than 90 calendard days for Government acceptance after the date offers ae due will not be considered and will be rejected. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed - See NASA Specific Note "B". The Internet site, or URL, for the NASA/MSFC Business Opportunities home page is=20=20 http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DC&pin=3D62 All offers are subject to the (1) work requirements, and (2) the attached provisions and clauses incorporated in the solictitation in full text or by reference as follows: Solicitation/ Synopsis Wellness Center Shower Extension 1.=09= =20=20=20 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (52.222-23)(FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation.=09=20= =20 (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participationfor each trade Goal for female participationfor each trade 12.0% 6.9% These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR Part 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.=20= =20=20=20 (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the -- (1) Name, address, and telephone number of the subcontractor;=20 (2) Employer identification number of the subcontractor; (3)=20= =20=20 Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Huntsville, Alabama. (End of provision) 2. NOTICE OF BUY AMERICAN ACT REQUIREMENT-CONSTRUCTION MATERIALS FAR 52.225-10 (MAY 2002) (a) Definitions . "Construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American Act-Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability . An offeror requesting a determination regarding the inapplicability of the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested- (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (End of provision) 3. SITE VISIT (CONSTRUCTION) (52.236-27) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigation and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits may be arranged during normal duty hours by contacting: Name:=20 Glenn Thomas Address: AD23, George C. Marshall Space Flight Center, Marshall Space Flight Center, AL 35812 Telephone: 256-544-4180 (End of provision) 4. SUMMARY OF DEVIATIONS/EXCEPTIONS -- MIDRANGE (MSFC 52.215-205) (FEB 1995) The offeror will explain any exceptions (including deviations and conditional assumptions) taken with respect to this RFO.=20 Any exceptions must contain sufficient amplification and justification to permit evaluation. Such exceptions will not, of themselves, automatically cause a proposal to be termed unacceptable. A large number of exceptions, or one or more significant exceptions not providing any obvious benefit to the Government may, however, result in rejection of such proposal(s) as unacceptable. Highlight exceptions in the margin of the proposal where they appear in the text. (End of provision) 5. COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (MSFC 52.204-91) (SEP 1999) (a) Commercial and Government Entity (CAGE) Codes are assigned by the Defense Logistics Services Center (DLSC) to identify a commercial or Government entity. These codes are unique for each commercial or government facility or location. The CAGE code will be used in NASA's computerized acquisition systems. The CAGE code must be for a contractor's particular name and address, not for a parent or other corporate affiliation. (b) Information about CAGE codes may be obtained from the following URL:=20=20 http://ec.msfc.nasa.gov/msfc/cage.html and submit it electronically to Lisa.Greatouse@msfc.nasa.gov, or by mail to PS01/Lisa Greatouse, George C. Marshall Space Flight Center, MSFC, AL 35812. Submission electronically is preferred. (c) The Offeror is requested to enter the appropriate information below: [ ] CAGE code (Location proposed to receive award): __________ [ ] CAGE code requested but not yet received. DD Form 2051 submitted to __________________________________________ on the following date: _______________________________ [ ] CAGE code request submitted with this offer. NOTE: Do not delay submission of the offer pending receipt of a CAGE code. (End of provision) 6. AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS NOT LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS (52.211-4) (JUN 1988) The specifications cited in this solicitation are not available for distribution. However, they may be examined at the following location(s):= =20 (Activity) Construction Branch/AD23 (Complete Address) George C. Marshall Space Flight Center Marshall Space Flight Center, AL 35812=20 (Telephone Number) 256-544-7850 (Person to be contacted) Ann Fowler (Time(s) for viewing) 8 a. m. - 3 p. m. (End of provision) 7.=20= =20 EVALUATION OF OPTIONS (52.217-5) (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s). (End of provision) 8. SERVICE OF PROTEST (52.233-2) (AUG 1996) (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Ketela White/PS31. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 9. SMALL BUSINESS SUBCONTRACTING PLAN (1852.219-73) (MAY 1999) (a) This provision is not applicable to small business concerns. (b) The contract expected to result from this solicitation will contain FAR clause 52.219-9, "Small Business Subcontracting Plan." The apparent low bidder must submit the complete plan within 30 calendar days after receipt of any delivery order over $1,000,000 by the Contracting Officer. (End of provision) 10. REQUIRED FORMS (MSFC 52.253-90) (DEC 1997) (a) The form checked below is attached to the end of this solicitation and shall be submitted prior to award of any contract resulting from this solicitation, upon request from the responsible contracting office. ___ FAR 15.406-2 - Certificate of Current Cost or Pricing Data (b) The forms checked below are required to be submitted in the performance of any contract awarded as a result of this solicitation. Forms are available in Part 53 of the FAR or NASA FAR Supplement. An information copy of a form may be obtained from the responsible contracting office. See FAR 52.253-1 and 53.105(b) for information on the use of computer generated forms. See FAR 53.107(b) for information on obtaining multiple copies of forms. ___ SF 272 - Federal Cash Transaction Report __ SF 294 - Subcontracting Report for Individual Contracts ___ SF 295 - Summary Subcontract Report ___ SF 298 - Report Documentation Page ___ SF 1034 - Public Voucher for Purchases and Services Other Than Personal ___ SF 1413 - Statement and Acknowledgment ___ SF 1414 - Consent of Surety _X_ SF 3881 - Payment Information Form ACH Vendor Payment System ___ NASA Form 533M - Monthly Contractor Financial Management Report ___ NASA Form 533Q - Quarterly Contractor Financial Management Report ___ NASA Form 778 - Contractor's Release ___ NASA Form 780 - Contractor's Assignment of Refunds, Rebates, Credits and Other Amounts ___ NASA Form 1018 - NASA Property in the Custody of Contractors= =20 ___ DD Form 250 - Material Inspection and Receiving Report ___ DD Form 1419 - DOD Industrial Plant Equipment Requisition, if applicable. (End of provision) 11. SITE VISIT SCHEDULE (MSFC 52.237-90) (FEB 2001)=09=20= =20=20 _X_ Site visits may be arranged as follows: AD23, Glenn Thomas=20 George C. Marshall Space Flight Center,=09=09=20=20=20 Marshall Space Flight Center, AL 38512 Phone: 256-544-4180 ___ Site visits are planned as follows: (End of provision) 12.=09=20=20=20 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR 52.252-1) (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): ____________________=20 http://www.arnet.gov/far/___________________ ____=20 http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm___ NOTICE:=20 The following solicitation provisions are hereby incorporated by reference: I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) PROVISION NUMBER=20= =20=20=20 DATE TITLE 52.204-6 JUN 1999 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER 52.211-14 SEP 1990 NOTICE OF PRIOTITY RATING FOR NATIONAL DEFENSE USE Insert "DO rated" 52.214-15 APR 1984 PERIOD OF ACCEPTANCE OF BIDS 52.214-26 SEP 1990 AUDIT AND RECORDS - SEALED BIDDING 52.214-27 OCT 1997 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA - MODIFICATIONS - SEALED BIDDING 52.214-28 OCT 1997 SUBCONTRACTOR COST OR PRICING DATA - MODIFICATIONS -SEALED BIDDING 52,214-29 JAN 1986 ORDER OF PRECEDENCE 52.214-34 APR 1991 SUBMISSION OF OFFERS IN ENGLISH LANGUAGE 52.214-35 APR 1991 SUBMISSION OF OFFERS IN U.S. CURRENCY 52.215-1 MAY 2001 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION 52.216-27 OCT 1995 SINGLE OR MULTIPLE AWARDS 52.232-13 APR 1984 NOTICE OF PROGRESS PAYMENTS 52.236-28 OCT 1997 PREPARATION OF PROPOSALS - CONSTRUCTION II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) PROVISIONS PROVISION NUMBER DATE=09 TITLE 1852.223-73 APR 2002 SAFETY AND HEALTH PLAN - ALTERNATE I (APR 2002) 1852.233-70 MAY 2002 PROTESTS TO NASA=20 REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS shall be required and can be obtained from the Points of Contact.= =20=20
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DD&pin=3D62#103072)
 
Record
SN00162825-W 20020912/020910214032 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.