Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOURCES SOUGHT

M -- SEMAS-SAFETY ENVIRONMENTAL AND MISSION ASSURANCE SERVICES

Notice Date
2/11/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
SEMAS-Request_for_Information
 
Response Due
2/28/2008
 
Archive Date
2/11/2009
 
Point of Contact
Robin L Wong, Contract Specialist, Phone 650-604-4636, Fax 650-604-3020, Email Robin.L.Wong@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email Ronnee.R.Gonzalez@nasa.gov
 
E-Mail Address
Email your questions to Robin L Wong
(Robin.L.Wong@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for providing Safety, Environmental, and Mission Assurance Services (SEMAS). These services include technical support for functions related to Environmental Services, Occupational Safety, Industrial Hygiene, Medical Services, System Safety, and Mission Assurance Services at NASA Ames Research Center. The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. Part I. PURPOSE OF SYNOPSIS This synopsis has two purposes: 1) To request information on capabilities of potential offerors to provide the services described in the attached Description of Services in order to determine if this will be a small business set-aside and to determine if the requirement should be combined or separated. Currently, Environmental Services, Occupational Safety, Industrial Hygiene, & Medical Services, and System Safety & Mission Assurance Services are provided through three (3) separate contracts, summarized below: Environmental Services is being provided by Integrated Science Solutions, Inc. (ISSI) as a Cost Plus Award Fee contract with a two (2) year base period and two (2) one-year options. The total contract value of the base period and all options is $24,842,842. Occupational Safety, Industrial Hygiene & Medical Services is being provided by Consolidated Safety Services, Inc. (CSSI) as a Cost Plus Award Fee contract with a two (2) year base period and three (3) one-year options. The total contract value of the base period and all options is $33,701,250. System Safety & Mission Assurance Services is being provided by Hernandez Engineering through the General Services Administration (GSA) Mission Oriented Business Integration Services (MOBIS) schedule as a Firm Fixed Price Task Order with a two (2) year base period and two (2) one-year options. The total task order value of the base period and all options is $7,284,892.45. Information received as a result of this section will be considered by the Government and used for acquisition planning purposes only. Please note, decision to set-aside this requirement for small business or to compete it through full and open procedures has not yet been made. 2) To request information from interested parties regarding their preferred contracting approach, including contract type, to provide the services described in the Description of Services. All acquisition methods are being considered by the Government including the use of a Government-wide Acquisition Contract (GWAC). NOTE: You may respond to either or both sections of this synopsis. Part II. SUMMARY OF PROPOSED WORK BACKGROUND: The Description of Services lists the services required to support Environmental Services, Occupational Safety Services, Industrial Hygiene Services, Medical Services, and System Safety and Mission Assurance Services at Ames Research Center (ARC). Contract Task Orders will be used to define the services or deliverables and their quantities to be provided by the Contractor. Mission success requires the combined effort of, and extensive interaction between, NASA and the Contractor. The work described in the Description of Services will be accomplished through a collaborative effort between NASA and the Contractor. The Contractor will be responsible for determining the type of skills and skill mix, and materials required to provide their portion of services. The Contractor will also be responsible for managing its resources to achieve the desired outcomes. The Contractor shall provide labor and materials as required to provide the services and outcomes. Although the majority of work will be performed at Ames Research Center, Moffett Field, California, temporary duty at other NASA centers, and other locations as specified by NASA, may be required. In addition, the contractor may be required to travel to domestic and international ARC subcontractor facilities and locations. Part III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/ qualifications to support some or all of the work described in the Description of Services are asked to submit a capability/qualification statement of 10 PAGES or less. The required font type is Arial and font size should be no smaller than size 12. Figures, exhibits, and diagrams must be readable. Submit your response electronically in PDF format. The Government requests separate files for ?Statement of Capabilities? and ?Contracting Approach? response. The response to ?Capability/Qualification Statement? must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, certified 8(a) small business (include anticipated graduation date), HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 561210, size standard $32.5M. 3) Whether your company is on any Government-wide Acquisition Contract (GWAC) for these services. 4) Your company?s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform and what percentage would be performed by a subcontractor, if applicable. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. The small business goals that may be incorporated into the contract are to be determined, but may include the following categories: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Veteran-Owned Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to this potential procurement that will enhance competition and provide business opportunities. There is no limit on the page length to your response to ?Contracting Approach.? The required font type is Arial and font size should be no smaller than size 12. The Government is requesting feedback in the following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals, if small business goals are incorporated into the contract, for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b) Use of Incentives: ARC is considering the use of an incentive structure to evaluate performance. In an attempt to determine the feasibility of incentive approaches for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding incentive fee, award fee, award term, and/or other appropriate incentives for contractor performance. 2) How would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Description of Services as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than 4:00PM (PST), Thursday, February 28, 2008. Please respond via electronic mail (e-mail) to the Contract Specialist, Ms. Robin Wong, at the following address: Robin.L.Wong@nasa.gov. All questions MUST be in writing and should also be directed to Ms. Wong. If an interested party requests confirmation of receipt, the Contract Specialist will confirm receipt. In all responses, please reference SEMAS-Request_for_Information in the subject line and on all attachments. Verbal questions will not be accepted. This synopsis is for information and planning purposes only 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. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#128681
 
Record
SN01505934-W 20080213/080211230108 (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.