Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOURCES SOUGHT

B -- VIABILITY AND OPTIONS FOR INFANT DAYCARE AT GODDARD SPACE FLIGHT CENTER, GREENBELT, MD AND INFANT-PRESCHOOL CHILDCARE AT WALLOPS ISLAND, VA

Notice Date
6/7/2004
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG-OR-AZ12-R
 
Response Due
6/14/2004
 
Archive Date
6/7/2005
 
Point of Contact
Lisa A. Bednarik, Contracting Officer, Phone (301) 286-7985, Fax (301) 286-0247, Email Lisa.A.Bednarik@nasa.gov
 
E-Mail Address
Email your questions to Lisa A. Bednarik
(Lisa.A.Bednarik@nasa.gov)
 
Description
NASA's Goddard Space Flight Center (GSFC) is seeking capability statements from interested small business contractors to examine the viability and options for providing infant daycare for employees of GSFC at Greenbelt, MD and infant-preschool childcare for employees of GSFC at Wallops Flight Facility, Wallops Island, VA. This requirement includes providing an estimate of anticipated employee use of an infant daycare facility at the Greenbelt, MD location and infant-preschool facility at the Wallops Island, VA location; benchmarking of daycare services provided by other organizations at both locations; examining daycare center structure options at both locations; examining oversight/operating options at both locations; identify and describe minimal as well as higher level certification and accreditation for infant daycare at the Greenbelt, MD location and infant-preschool daycare at the Wallops Island, VA location; and providing a proposal for viable infant daycare at the Greenbelt, MD location and infant-preschool childcare at the Wallops Island, VA location. Companies are requested to provide 4 copies of the Capability Statement addressing relevant experience and past performance for his/her firm, joint venture, partnership and subcontracts, as it relates to this requirement to include your capability to perform the required work. Data requirements shall be the same for all companies. Information shall be for a minimum of three projects that are similar in scope to this requirement and have occurred within the past 5 years. Reference information shall include a brief description, dollar amount, name, address, point of contact and telephone number. All positive and negative comments, criticism and ratings, as well as awards received for these projects shall be addressed. Past performance information consists of two general areas of data, (i) General Business Background and (ii) Specific performance information. For General Business Background the following should be addressed: name of business/division; form of legal organization and year established; principal officers and organizational chart; potential, on-going or completed litigation; and Government findings or sanctions at any level. For specific performance information provide a listing of all state, local, federal or commercial contracts for the same or similar nature currently ongoing, performed or completed during the last five years. Contract information should include the contract number, date, agency, point of contact and phone number, dollar value (both at time of award and as of last modification), contract type, location, period of performance or scheduled delivery dates, description of scope of work, current status of performance; description of actual/potential litigation, and list of key subcontractors. This is a Sources Sought synopsis. Award for this requirement is anticipated to be August 2004. The information contained herein is for planning purposes and does not constitute an invitation for bid or a request for proposal. No solicitation exists; therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#110727)
 
Record
SN00599608-W 20040609/040607212311 (fbodaily.com)
 
Source
FedBizOpps.gov 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.