Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
MODIFICATION

Y -- Construction of Instrument Development Facility

Notice Date
12/21/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NNG17607163R
 
Archive Date
1/24/2017
 
Point of Contact
Chase Lucas, Phone: 3012866872
 
E-Mail Address
chase.a.lucas@nasa.gov
(chase.a.lucas@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC), is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Construction of the Instrument Development Facility. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. This requirement is for the construction of a mixed use, 54,000 square foot office/laboratory building at the GSFC campus in Greenbelt, Maryland. As designed, the Instrument Development Facility (IDF) will be two stories plus a roof level mechanical penthouse. The building's structure will be steel-frame supported by spread concrete footings; the building's exterior will be clad with glass curtainwall and brick veneer. A Class 10,000 Clean Room is included in the construction of the laboratory section. Energy conservation measures include sun shading elements applied to the building's exterior. The building is required to achieve a minimum Leadership in Energy and Environmental Design (LEED) 2009 V3 certification of Gold. Associated site work includes roadway improvements, a new parking lot, site lighting, improvements to the existing utility infrastructure, soil erosion and sediment control, storm water management measures, and landscaping. The cost of construction has been estimated to be between $30 - $40 million dollars. Offerors must be capable of obtaining a bonding range between $30 - $40 million dollars. It is anticipated that the potential contract period of performance will be two (2) years. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $33.5 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Capability Statements shall be submitted electronically, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of the one page summary, shall not exceed 10 pages (including attachments) and shall contain a minimum font size of 12. Additionally, the Capability Statement shall list, at a minimum, 2 customer contacts covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your company's specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one page summary will not count against the page limit. The one page summary shall include: (1) Company's name, address, primary POC and telephone number (2) Size of business (3) Company's average annual revenues for the past 3 years and total number of employees (4) Ownership (5) Number of years in business (6) Company's Government size standard / type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran, HUB Zone business) (7) Affiliate information: parent company, joint venture partners, prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number (8) Applicable NAICS Code(s) (9) DUNS number and cage code It is not sufficient to provide only general brochures or generic information. NASA GSFC encourages qualified Joint Venture business arrangements to submit capability statements as well. Responses shall include the company's specific area of interest in this acquisition as being either a potential Prime contractor or Subcontractor. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Respondents will not be notified of the results of the Capability Statement review. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Your response is required no later than January 9, 2017 at 4:30 p.m. Eastern Standard Time (EST) and reference NNG17607163R in any response. Responses shall be submitted to Mr. Chase A. Lucas at Chase.A.Lucas@nasa.gov no later than the response date. Oral communications are not acceptable in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/548bcf69bf2fa3e478fafa12195bdb0d)
 
Place of Performance
Address: 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04357994-W 20161223/161221235225-548bcf69bf2fa3e478fafa12195bdb0d (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.