Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

Z -- MAIN-GATE-IMPROVEMENTS-2009

Notice Date
12/30/2008
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-MAIN-GATE-IMPROVEMENTS-2009
 
Archive Date
12/30/2009
 
Point of Contact
Erick N. Lupson, Contracting Officer, Phone 216-433-6538, Fax 216-433-5489, />
 
E-Mail Address
Erick.N.Lupson@nasa.gov<br
 
Small Business Set-Aside
Total Small Business
 
Description
NASA Glenn Research Center plans to issue a Invitation For Bid (IFB), for capitalimprovements to the north area Main Gate Entrance at the NASA Glenn Research Center,Cleveland, Ohio. The work to be performed under this project consists of providing allthe labor, equipment, and materials to install new roads and prepare utilityinfrastructure for future additional new roadways and building construction. This workincludes replacement of the existing Brookpark Road and Walcott Road intersection alongwith the reconstruction of the intersection of Walcott Road and Stratton. Portions ofWalcott Road and Stratton Road shall be replaced. The work includes installation of newutilities and re-routing of existing utilities throughout the area. Included is thereplacement the sanitary force main. In addition to barrier and fence installation alongand adjacent to roadways, site work includes grading and recontouring of areas for properdrainage. Work includes reconsolidation of soils located at a future building site.OPTIONS include the following: Option 1) Credit Brookpark Road Intersection-this optionincludes a credit for the purchase and installation of traffic signals at theintersection of Brookpark Road and Walcott Road. The sequencing of these signals isincluded. The extent of option one roadway work is shown on drawings. Option 2) CreditSouthwest area demo/restoration-this option includes a credit for the demolition in thesouthwestern portion of the site and limited construction of pavement, islands andsidewalks. Demolition shall consist of full depth asphalt removal and replacement withconcrete pavement in accordance with ODOT standards. The existing road to the sanitarylift station shall be resurfaced with asphalt pavement. Option 3) Credit Force Main- thisoption includes a credit for the installation of a new force main that will be routedfrom the existing Building 25 Lift Station through the utilities corridor between thefuture SARF access road and new Walcott Road, then under the Brookpark Road in a casingpipe installed by boring. On the North side of Brookpark road, the force main will berouted in parallel to the abandoned-in-place line, bypass an existing line that servesBuildings 500 and 501 and tie in at the existing gravity manhole where the effluentcontinues to the City of Cleveland sanitary system. The existing force main will remainactive between the connection for Buildings 500 and 501 and the existing Clevelandmanhole. Upon completion, the existing force main will be abandoned in-place. Option 4)Credit Truck Barriers-this option includes a credit for the purchase and installation oftwo embedded pop-up barriers and one embedded wrong-way barrier intended to preventunauthorized access on Walcott Road beyond the future main Gatehouse. Also, this optionincludes a credit of a second embedded wrong-way barrier is included to preventunauthorized access to the future truck loop. Option 5) Credit East Area Fencing-thisoption includes a credit for the purchase and installation of new fencing between there-configured Walcott Road and Airport West Hangar Road. Fencing comprises a section ofcrash-resistant fencing and a section of cable barrier fencing. Option 6) Credit Asphaltpavement (in lieu of Concrete)-this option is to price asphalt pavement section in lieuof concrete pavement. Options shall be priced separately. Competition is limited toeligible firms in the STATE OF OHIO ONLY. The magnitude of the Construction project isestimated between $1,000,000. and $5,000,000. A FIXED PRICE CONTRACT is contemplated. This work is considered "SPECIALTY TRADE CONTRACTORS".The North American IndustryClassification System (NAICS) code is 238990 and $14.0 million in three-year averageannual receipts for determining whether or not a business is small. THIS IS A 100% SMALLBUSINESS SET-ASIDE. Technical and procurement related questions shall be directed to:Erick.N.Lupson@nasa.gov. The firm date for receipt of offers will be stated in the IFB. Drawings and specifications will be available from a local BLUE PRINTER listed in theIFB. The Period of Performance shall be stated in the IFB. All qualified responsiblesources may submit an offer which shall be considered by the agency. An ombudsman hasbeen appointed -- See NASA Specific Note "B". THE SOLICITATION SHALL BE POSTED AS SOONAS AN IFB OPENING DATE IS ESTABLISHED.The solicitation and any documents related tothis procurement [with the exception of specifications and drawings] will be availableover the INTERNET. These documents will be in Microsoft Office 2000 format and willreside on a World-Wide Web (WWW) server, which may be accessed using a WWW browserapplication. The Internet site, or URL, for the NASA/GRC Business Opportunities page ishttp://www.fedbizopps.gov/. Prospective bidders shall notify this office of their intentto submit an offer. It is the offer's responsibility to monitor the Internet site for therelease of the solicitation and amendments (if any). Potential bidders will beresponsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasenmote.html.All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b644c10c795183ee5033639e50325d1a&tab=core&_cview=1)
 
Record
SN01725640-W 20090101/081230215528-b644c10c795183ee5033639e50325d1a (fbodaily.com)
 
Source
FedBizOpps 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.