Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOURCES SOUGHT

Z -- FACILITIES CONSTRUCTION MODIFICATION REPAIR AND REHABILITATION

Notice Date
7/1/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG09AZ38L
 
Response Due
7/17/2009
 
Archive Date
7/1/2010
 
Point of Contact
Craig F Keish, Contract Specialist, Phone 301-286-6872, Fax 301-286-0247, Email Craig.F.Keish@nasa.gov - James M Debelius, Contracting Officer, Phone 301-286-5491, Fax 301-286-0247, Email James.M.Debelius@nasa.gov<br />
 
E-Mail Address
Craig F Keish
(Craig.F.Keish@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is hereby soliciting information about potential sources to providefacility construction services, via multiple award, Fixed Price, IndefiniteDelivery/Indefinite Quantity (IDIQ), construction contracts. The Goddard Space Flight Center (GSFC) Greenbelt Campus includes a total of 1270 acres,34 major buildings and numerous smaller structures, totaling almost 3.5 million grosssquare feet. Most of the buildings were constructed in the 1960s, with additions ormodifications done from the 1970s through 1990s. Several buildings were constructed inmore recent years.The Contractor provides all management, labor, equipment, and materials necessary for theperformance of construction, modification, repair and rehabilitation of facilities atGSFC. The facilities consist of but are not limited to office buildings, shops,laboratories, highly technical research facilities, clean rooms, spacecraft & instrumenttest and integration areas, storage areas, utility buildings, interior and exteriorutility systems (steam, chilled water, fire protection and domestic water, sanitary,electrical feeders, other), site improvements, and the construction of new buildings. Itmay include work on building interiors and exteriors including but not limited toarchitectural, structural, civil, electrical, mechanical (HVAC, plumbing, other) and fireprotection/detection. These services are furnished on an as needed basis, in response toGovernment issued Task Orders. All work is accomplished in accordance with ConstructionSpecifications and the Task Order project drawings. The Contractor effort extends beyonda conventional single project in that the Contractor must plan, schedule, coordinate,manage, and execute a flow of independent task orders with a wide variety of craft skilllevels. The Contractor selects quality subcontractors necessary to perform elements ofwork for which there is insufficient or no in-house capability, and effectively managethose subcontractors. Safety, Quality Control and Schedule Adherence are of highimportance.Attachment 1 provides an annual approximate breakdown of the task orders issued under thecurrent IDIQ construction contract. All project workload numbers and dollar values arebased on past data and are considered estimates only of the work to be accomplished underthis Multiple Award Construction contract. The figures given shall be used only as arough indicator of total work load and average job size. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit appropriate documentation, literature, brochures, and references.The following information is also required to be provided: name and address of firm, sizeof business; average annual revenue for past 3 years and number of employees; ownership;whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned;number of years in business; affiliate information: parent company, joint venturepartners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number).Technical questions should be directed to: Mark Daly via email: Mark.M.Daly@nasa.gov.Procurement related questions should be directed to: Craig Keish, via email:Craig.F.Keish@nasa.govThis synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Craig Keish no later than July 17,2009.Please reference NNG09AZ38L in any response. Any referenced notes may be viewedat the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG09AZ38L/listing.html)
 
Record
SN01863877-W 20090703/090702003645-cd42003b57b7bd728c2e9101689dbcc6 (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.