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 -- EMERGENCY WATER STORAGE TANK AND FIRE PUMP STATION

Notice Date
7/7/2010
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer 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
NNA10343346R-PFM
 
Response Due
8/27/2010
 
Archive Date
7/7/2011
 
Point of Contact
Patricia F. Mendoza, Contract Specialist, Phone 650-604-6332, Fax 650-604-0912, Email patricia.l.finnell-mendoza@nasa.gov - Kenneth Kitahara, Contracting Officer, Phone 650-604-3717, Fax 650-604-2593, Email Kenneth.Kitahara@nasa.gov
 
E-Mail Address
Patricia F. Mendoza
(patricia.l.finnell-mendoza@nasa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NASA/ARC plans to issue a Request for Proposal (RFP) for construction of an 800,000gallon, a 600,000 gallon or a 400,000 gallon capacity water storage tank to include afire pump station, domestic water pump station, controls, associated mechanicalcomponent, electrical power supply to the pump stations, and approximately 5,000 feet of18 inch underground water main with pressure reducing station. The water storage tank,fire pump station, and the domestic water pump station will be located near Ellis Gate atNASA/Ames Research Center. The requirement includes all labor, equipment, material,testing, and design for the water storage tank with foundation, fire pump station toinclude enclosure and concrete foundation. The water storage tank shall be welded steel,approximately 38 ft high for the any of the three tanks, epoxy coated interior, steelfloor, clear span self supporting roof, factory mutual (FM) certified and designed inaccordance with NFPA 22. Materials, design, fabrication and erection of the welded tankshall conform to ANSI/AWWA D100 Welded Steel Tanks for Water Storage and suitable fordomestic water storage. The fire pump station shall have Butler type metal enclosurehousing the following: one (1) diesel driven pump, controllers, diesel fuel tank,electric batteries, and associated control panels. The fire pump shall be horizontal baseskid mounted with the pump driver, UL listed and FM approved per NFPA 20, rated for 3,500GPM at 145 psig. The building interior shall be protected with an automatic firesprinkler and fire alarm system. The domestic water pump station shall have metalenclosure housing two (2) electric pumps rated 150 GPM at 65 psig, control panels,piping, and an outdoor backup diesel generator. The interior shall include an automaticfire sprinkler and fire alarm system. Electrical power supply to the fire pump stationand domestic water pump station is routed from nearby building and requires modificationto the existing electrical system. The requirement also includes the following Option,which can apply to any of the three water storage tanks that might be chosen:Installation of one (1) electric fire pump with control panels. The fire pump shall behorizontal base skid mounted next to the diesel driven fire pump, UL listed and FMapproved per NFPA 20, rated for 3,500 GPM at 145 psig. The new electrical substationconsists of 1200A switchgear, 750KVA transformer and main switchboard that is requiredfor the pump.The contract award will be based on the Price and Past Performance. The order of magnitude for the procurement is $1,000,000 and $5,000,000 and the effortshall be completed within 360 calendar days after notice to proceed.This procurement is a total small business set-aside 100% for Service-DisabledVeteran-Owned Small Business. See Note 1.The NAICS Code and small business size standard for this procurement are 237110 and$33.5M, respectively. The anticipated release date of the RFP is on or about July 26, 2010 with an offer duedate of August 27, 2010. The anticipated date of the site visit will be stated in the RFP.The firm date for receipt of proposals will be stated in the RFP. Drawings andSpecifications will be available at the same time as the release of the RFP.All responsible sources may submit a proposal which shall be considered by the agency.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/ARCBusiness 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 and will be determined and stated in theRFP. (c) Participants will meet at-NASA/Ames Research CenterJA: M/S 213-13 Room 105Moffett Field, CA 94035-0001 (End of Provision)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/NNA10343346R-PFM/listing.html)
 
Record
SN02197711-W 20100709/100707234532-fc3a1d438c13ca205f67f114910f5b8a (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.