Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

Z -- SERVICES AND MATERIALS FOR ADDITIONS AND MODIFICATIONS TO CHILD DEVELOPMENT CENTER, B. 1231, B. 1231B, B. 1231C

Notice Date
5/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
1-168-RFU.4115
 
Response Due
6/24/2003
 
Archive Date
5/6/2004
 
Point of Contact
Kimberly D. Duncan, Contract Specialist, Phone (757) 864-3566, Fax (757) 864-6966, Email k.d.duncan@larc.nasa.gov - Richard C. Shisler, Contract Specialist, Phone (757) 864-2419, Fax (757) 864-8863, Email R.C.SHISLER@larc.nasa.gov
 
E-Mail Address
Email your questions to Kimberly D. Duncan
(k.d.duncan@larc.nasa.gov)
 
Description
NASA/LaRC plans to issue a IFB/Request for Offers for Services and Materials for Additions and Modifications to Child Development Center, B. 1231, B. 1231B, B. 1231C. The work to be performed includes, but is not limited to the following: modifications of Buildings 1231, and 1231B and an addition, Building 1231C, 8 Lindbergh Way, West Area, of the Langley Research Center. Work shall be completed in three phases. The first phase (Building 1231C) is a new (approximately) 13,490 square foot addition between Buildings 1231 and 1231B. The second phase is to modify approximately 5,320 square feet of the existing Child Development Center, Building 1231. The third phase modifies approximately 1,620 square feet of the existing Infant Care Center, Building 1231B. The addition (Building 1231C) shall be constructed of masonry walls on a concrete slab foundation, with an insulated single-ply roofing system on metal decking. The addition shall include new HVAC system, plumbing fixtures, fire protection system, electrical feeder, electrical services, lighting system, and rough-in for telephone/data and fire alarm systems. The second phase consists of removal of existing walls, flooring, ceilings, HVAC system components, plumbing fixtures, and electrical components and installation of new walls, flooring, ceilings, painting, power, lighting system, and rough-in for telephone/data and fire alarm systems. Modifications to HVAC, plumbing, and fire protection systems are also included in Phase Two. The third phase consists of removal of existing walls, flooring, ceilings, HVAC system components, plumbing fixtures, and electrical components and installation of new walls, flooring, ceilings, painting, power, lighting system, and rough-in for telephone/data and fire alarm systems. Modifications to HVAC, plumbing, and fire protection systems are also included in Phase Three. The Contract includes three additive bid items. Additive Bid Item 1: Provide architectural grade concrete masonry units in lieu of regular concrete masonry units for the new addition. Additive Bid Item 2: Provide entrance canopy to the new addition. Additive Bid Item 3: Provide gravel parking lot. The order of magnitude for the procurement is $1,000,000 and $5,000,000 and the effort shall be completed within 450 calendar days after notice to proceed. The NAICS Code and small business size standard for this procurement are 236220 and $28.5M, respectively. The anticipated release date of the IFB is on or about May 22, 2003 with an anticipated offer closing date of on or about June 24, 2003. The firm date for receipt of bids or proposals will be stated in the IFB. Drawings will be available from the instructions in the "Notice to Offerors" and completing the "Request for Drawings and Site Visit Attendance" form provided in the IFB. All responsible sources may submit a bid which shall be considered by the agency. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement [with the exception of the 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/LaRC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=23 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). Any referenced notes may be viewed at the URLs linked below. FAR 52.236-27 Site Visit (Construction) (Feb 1995) Alternate I (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit will be scheduled at the time and place set forth in Enclosure 5 of the solicitation. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#105610)
 
Record
SN00319073-W 20030508/030506213643 (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.