NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

MAIN-GATE-IMPROVEMENTS-2009


Synopsis - Dec 30, 2008

General Information
Solicitation Number: N/A
Reference Number: 3-MAIN-GATE-IMPROVEMENTS-2009
Posted Date: Dec 30, 2008
FedBizOpps Posted Date: Dec 30, 2008
Original Response Date: N/A
Current Response Date: N/A
Classification Code: Z -- Maintenance, repair, and alteration of real property
NAICS Code: 238990 - All Other Specialty Trade Contractors
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
NASA Glenn Research Center plans to issue a Invitation For Bid (IFB), for capital improvements to the north area Main Gate Entrance at the NASA Glenn Research Center, Cleveland, Ohio. The work to be performed under this project consists of providing all the labor, equipment, and materials to install new roads and prepare utility infrastructure for future additional new roadways and building construction. This work includes replacement of the existing Brookpark Road and Walcott Road intersection along with the reconstruction of the intersection of Walcott Road and Stratton. Portions of Walcott Road and Stratton Road shall be replaced. The work includes installation of new utilities and re-routing of existing utilities throughout the area. Included is the replacement the sanitary force main. In addition to barrier and fence installation along and adjacent to roadways, site work includes grading and recontouring of areas for proper drainage. Work includes reconsolidation of soils located at a future building site. OPTIONS include the following: Option 1) Credit Brookpark Road Intersection-this option includes a credit for the purchase and installation of traffic signals at the intersection of Brookpark Road and Walcott Road. The sequencing of these signals is included. The extent of option one roadway work is shown on drawings. Option 2) Credit Southwest area demo/restoration-this option includes a credit for the demolition in the southwestern portion of the site and limited construction of pavement, islands and sidewalks. Demolition shall consist of full depth asphalt removal and replacement with concrete pavement in accordance with ODOT standards. The existing road to the sanitary lift station shall be resurfaced with asphalt pavement. Option 3) Credit Force Main- this option includes a credit for the installation of a new force main that will be routed from the existing Building 25 Lift Station through the utilities corridor between the future SARF access road and new Walcott Road, then under the Brookpark Road in a casing pipe installed by boring. On the North side of Brookpark road, the force main will be routed in parallel to the abandoned-in-place line, bypass an existing line that serves Buildings 500 and 501 and tie in at the existing gravity manhole where the effluent continues to the City of Cleveland sanitary system. The existing force main will remain active between the connection for Buildings 500 and 501 and the existing Cleveland manhole. Upon completion, the existing force main will be abandoned in-place. Option 4) Credit Truck Barriers-this option includes a credit for the purchase and installation of two embedded pop-up barriers and one embedded wrong-way barrier intended to prevent unauthorized access on Walcott Road beyond the future main Gatehouse. Also, this option includes a credit of a second embedded wrong-way barrier is included to prevent unauthorized access to the future truck loop. Option 5) Credit East Area Fencing-this option includes a credit for the purchase and installation of new fencing between the re-configured Walcott Road and Airport West Hangar Road. Fencing comprises a section of crash-resistant fencing and a section of cable barrier fencing. Option 6) Credit Asphalt pavement (in lieu of Concrete)-this option is to price asphalt pavement section in lieu of concrete pavement. Options shall be priced separately. Competition is limited to eligible firms in the STATE OF OHIO ONLY. The magnitude of the Construction project is estimated between $1,000,000. and $5,000,000. A FIXED PRICE CONTRACT is contemplated. This work is considered "SPECIALTY TRADE CONTRACTORS". The North American Industry Classification System (NAICS) code is 238990 and $14.0 million in three-year average annual receipts for determining whether or not a business is small. THIS IS A 100% SMALL BUSINESS SET-ASIDE. Technical and procurement related questions shall be directed to: Erick.N.Lupson@nasa.gov. The firm date for receipt of offers will be stated in the IFB. Drawings and specifications will be available from a local BLUE PRINTER listed in the IFB. The Period of Performance shall be stated in the IFB. All qualified 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 SHALL BE POSTED AS SOON AS AN IFB OPENING DATE IS ESTABLISHED. The solicitation and any documents related to this procurement [with the exception of specifications and drawings] will be available over the INTERNET. These documents will be in Microsoft Office 2000 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GRC Business Opportunities page is http://www.fedbizopps.gov/ . Prospective bidders shall notify this office of their intent to submit an offer. It is the offer's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential bidders will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasenmote.html .

All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.


Point of Contact
Name:Erick N. Lupson
Title:Contracting Officer
Phone:216-433-6538
Fax:216-433-5489
Email:Erick.N.Lupson@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: