Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

Z -- PHASE 9 SEWER REPAIR PRE SOLICITATION

Notice Date
5/17/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10ZCH028E
 
Archive Date
5/17/2011
 
Point of Contact
Erica Sykes, Contracting Officer, Phone 216-433-5873, Fax 216-433-2480, Email erica.d.sykes@nasa.gov - Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.W.Sepesi@nasa.gov
 
E-Mail Address
Erica Sykes
(erica.d.sykes@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GRC plans to issue a Invitation for Bids (IFB)for the Phase 9 Sewer Repair.This project is intended to complete the rehabilitation of sanitary sewer infrastructureat Glenn Research Center in Cleveland, OH. This project will involve work on activesanitary, storm and industrial waste sewer systems. These active systems cannot beisolated therefore the project includes a requirement for the contractor to provide formaintenance of flow 100% of the time during construction.There are three distinct work areas that comprise a base bid and two options. Thisprocurement will be between $2M and $4M. A summary of work for each area is outlinedbelow.The base bid area, the PSL complex, is a tight site in the middle of the GRC campus. Base bid work includes storm and sanitary sewer installation as well as pavementdemolition and replacement.. To complete the sewer, the following will be required: opencutting of over 300 of PVC pipe between 5 and 25 deep, jacking and boring of 150 ofPVC pipe, installation of 3 oil/water separators, installation of approximately 6 newmanholes and replacement of approximately 150 of carbon steel overhead discharge pipe. The pavement replacement in this area consists of primarily asphalt paving with 2concrete pads for material storage. The soil within a small area of this site has beenidentified as solid waste soil and will need to be excavated, containerized and hauledoff-site according to applicable codes and standards. Option 1, in GRCs rocket lab area, involves sewer pipe, gas line, and over 30,000 sq.ft. of concrete pavement installation.When combined, this option includes over 1000 ofgravity flow storm, sanitary and Industrial waste sewers with installation depths rangingfrom 3 to 10. Also included is directional drilling of fusion welded HDPE gas pipe. This option is broken into several segments to allow access to various portions of thesite during construction. All pavement installed during option 1 will be concretepavement. The soil within a portion of this site has been identified as solid waste soiland will need to be excavated, containerized and hauled off-site according to applicablecodes and standards.Option 2, the Taylor Road sewer, involves installing approximately 600 ft of gravity flowsanitary sewer and associated structures along with tying into existing buildingconnections at various locations. Most of the sewer installation is in lawn areas withminimal asphalt pavement and concrete walk replacement required. This work is alsobroken into segments to minimize the impact to traffic. The order of magnitude for the procurement is $1 million to $5 million and the effortshall be completed within TBD calendar days after notice to proceed.This procurement is part of the Small Business Competitiveness Demonstration Program.The NAICS Code and small business size standard for this procurement are 237110 and $33.5million, respectively. This is an UNRESTRICTED PROCUREMENT, FULL AND OPEN COMPETITION. Technical and Procurementrelated questions shall be directed to:The period of performance shall be listed in the IFB.The firm date for receipt of bids or proposals will be stated in the IFB. Drawings willbe available from a local BLUE PRINTER listed in the IFB.All responsible sources may submit an offer 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 thespecifications and drawings] will be available over the Internet. These documents 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the URLs linked below.Site visit information will be included upon the posting of the IFB or as an amendment tothe pre-solicitation. All contractual and technical questions must be submitted in writing. Telephonequestions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10ZCH028E/listing.html)
 
Record
SN02151576-W 20100519/100517234733-5c858a9c98fd46ec5457466cfa506ddd (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.