Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOURCES SOUGHT

J -- IMPLEMENTATION MAINTENANCE OPERATION OF CENTRAL PROCESS SYSTEMS

Notice Date
9/3/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08SS001
 
Response Due
9/19/2008
 
Archive Date
9/3/2009
 
Point of Contact
Cheryl A. Washam, Contracting Officer, Phone 216-433-2794, Fax 216-433-5489, />
 
E-Mail Address
Cheryl.A.Washam@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA Glenn Research Center is seeking qualified Small Businesses, SmallDisadvantaged Businesses, which also include those that are Women-Owned, HUBZone, and/or8(a) firms capable of performing under an Implementation, Maintenance, Operation ofCentral Process Systems (IMOC) contract for the National Aeronautics and SpaceAdministration (NASA), Glenn Research Center (GRC), Cleveland, Ohio. As part of thisPerformance Work Statement (PWS), the Contractor shall provide operations, maintenanceand implementation of tasks for the Central Process Systems, collateral equipment, andother related functions as described herein. These activities shall emphasize supportingthe research (aeronautical and space) missions of GRC in a safe, reliable, and timelymanner, with minimum disruptions to the Center operations. This contract is for the operations, maintenance and implementation of tasks for thesystems and equipment that support the Mission research and development functions of theCenter. The systems and equipment to be maintained under this contract are housed invarious buildings as listed below. The building names are provided for information andclarification only. Central Control Building (CCB) - Building 143; Central AirEquipment Building (CAEB) - Building 64; Engine Research Building (ERB) - Buildings 5,23, 24, 37 & 38; Variable Frequency (VF) - Building 23; Cooling Towers (CT) - CT 1 & 4(Building 9), CT 3 & 6, CT 5; Substations Controls (SUB Control Equipment only);Exhauster 38 & 39 - Building 114. Institutional-type building maintenance is notrequired under this contract.Central Process Systems (CPS):The various aeronautical research test beds, platforms,or facilities at the GRC conduct real time testing of jet engines, engine componentsand other related systems. To replicate the conditions encountered in flight, high speedand/or high altitudes, GRC utilizes very large air compressors. To simulate speed, somecompressors produce air pressures ranging from 40 to 1250 psig. Other compressors,called exhausters, create vacuum conditions that simulate altitudes up to 90,000 feet. For this reason GRC research is dependent upon a reliable source of air, distributed atmultiple locations, pressures, temperatures and dew points. The CPS consists of standardequipment on a very large scale including air preconditioning equipment to dry, heat andcool air; compressors; hydraulic systems; cooling towers; variable frequency high voltagepower systems;centralized computer controls and a variety of other components. Thespecialized systems and equipment that produce and distribute these products are part ofthe CPS infrastructure to be operated, maintained, repaired, and modified under thiscontract.Substations Controls: Twelve (12) substations and their associated breakers arecontrolled and monitored by Government personnel in Building 143. The Contractor shallperform maintenance on all instrumentation and control devices that interface with theCentral Process Distributed Control System (CPDCS) required for these substations and itsassociated control equipment. Offerors shall submit a capability statement that addresses the above criteria. NorthAmerican Industry Classification System (NAICS) code for this procurement is 561210. NOSOLICITATION EXISTS; THEREFORE, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. If asolicitation is released it will be synopsized at www.FedBizOpps.gov.It is thepotential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis. In order to ascertain the method of procurement for theservices outlined above, qualified Small Businesses, Small Disadvantaged, HUBZone,Women-Owned Small Business, and/or 8(a) firms are invited to submit their CAPABILITYSTATEMENT to the NASA Glenn Research Center. Information to be provided SHALL include,but not limited to, name and address of firm, size of business; average annual revenuefor the past 3 years and number of employees; ownership, whether they are a Small, SmallDisadvantaged, 8(a), HUBZone, and/or Woman-Owned business; number of years in business;affiliate information; parent company; joint venture partners; potential teamingpartners; prime contractor (if you are interested as a potential subcontractor); list ofcustomers covering the past 3 years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and points of contact addresses andphone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 10 PAGES IN LENGTH. Technical questions may be directed to: Robert Gedeon, 216-433-3116 orRobert.D.Gedeon@nasa.gov. Procurement related questions may be directed to: CherylWasham, NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 500-312, Cleveland,Ohio 44135, E-mail address: Cheryl.A.Washam@nasa.gov. In responding reference IMOC. Capability Statements SHALL be submitted no later than September 19, 2008. This synopsisis for information and planning purposes only and is not to be construed as a commitmentby the Government nor will the Government pay for information solicited. Respondentswill not be notified of the results of the evaluation.Respondents deemed fullyqualified will be considered in any resultant solicitation for this requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e7a2c78a07d2cd737028a1e3c0432ba5&tab=core&_cview=1)
 
Record
SN01658213-W 20080905/080903223214-e7a2c78a07d2cd737028a1e3c0432ba5 (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.