Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

Y -- RESTORATION OF ELECTRICAL DISTRIBUTION SYSTEM PHASE 8

Notice Date
7/7/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10329190R
 
Archive Date
7/7/2011
 
Point of Contact
Kenneth Kitahara, Contracting Officer, Phone 650-604-3717, Fax 650-604-2593, Email Kenneth.Kitahara@nasa.gov - Teresa A. Marshall, Contracting Officer, Phone 650-604-5257, Fax 650-604-2593, Email teresa.a.marshall@nasa.gov
 
E-Mail Address
Kenneth Kitahara
(Kenneth.Kitahara@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC plans to issue a Request for Proposal (RFP)] for for the construction of anew substation for N202 that includes Medium Voltage (MV) Vacuum Circuit Breaker (VCB),transformer, cables, relay and APMS, and Low Voltage transformer and distributionswitchboard and upgrade and/or modification of 3 secondary substations (N203, N204, N210,& N226). The new building substation requirement will consist of the removal andreplacement of the existing building power substation that includes MV VCB, transformers,cables, relay and Ames Power Monitoring System, and LV distribution switchboards. Theremoval and disposal of asbestos and lead resulting from the work is also required. Construction must be planned and executed to provide reliable temporary powerarrangements, including a mobile generator, as shown on the drawings. The Contractorwill be required to provide the necessary workforce, equipment, and materials to performthese services. Facilities Engineering Branch, Code JCE, requires a contract type whichwill promote contractor performance with maximum capability of the final end productwhile minimizing the governments risk. The requirements of this contract will representthe minimum services and facility capabilities required. The new building substation requirement will consist of the removal and replacement ofthe existing building power substation that includes MV VCB, transformers, cables, relayand APMS, and LV distribution switchboards. The removal and disposal of asbestos andlead resulting from the work is also required.Construction must be planned and executedto provide reliable temporary power arrangements, including a mobile generator, as shownon the drawings.The order of magnitude for the procurement is between $1,000,000 and $5,000,000 and theeffort shall be completed within 420 calendar days after notice to proceed.This procurement is under a full and open competition.The NAICS Code and small business size standard for this procurement are 237130 and $14M,respectively. The anticipated release date of the RFP is on or aboutJuly 22, 2010 with an anticipatedoffer closing date of on or about August 23, 2010.The firm date for receipt of bids or proposals will be stated in the RFP. All responsible sources may submit a proposal 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/ARC Business Opportunities page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 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.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, SiteInvestigations and Conditions Affecting the Work, will be included in any contractawarded as a result of the solicitation. Accordingly, offerors or quoters are urged andexpected to inspect the site where the work will be performed.(b) An organized site visit has been scheduled for - TO BE ANNOUNCED IN THE RFP.(c)Participants will meet at- TO BE ANNOUNCED IN THE RFP.(End of Provision)The site will not be open for inspection at any other time unless authorized by amendmentto this announcement or solicitation.All offerors are required to have a valid statedrivers license in order to signin at the NASA Ames Research Center Main Gate. Due toNational Security, company representation shall be limited to a maximum of two people. Interested offerors must coordinate with Ken Kitahara (Email: Kenneth.Kitahara@nasa.gov)with the names of the firm's representatives and citizenship. A valid driver licensewith picture identification will be required before access to the Center will be allowed.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/ARC/OPDC20220/NNA10329190R/listing.html)
 
Record
SN02197618-W 20100709/100707234445-f1ac7cd88384180d6d98a6c890381dae (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.