Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2009 FBO #2719
SOLICITATION NOTICE

J -- CENTER OPERATIONS SUPPORT SERVICES

Notice Date
5/5/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08AA54C
 
Response Due
5/19/2009 11:59:00 PM
 
Archive Date
5/5/2010
 
Point of Contact
Chris L. Katterheinrich, Contract Specialist, Phone 256-544-0338, Fax 256-544-9162, - Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, />
 
E-Mail Address
Christine.Katterheinrich-1@nasa.gov, Ketela.K.Helton@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC has a requirement for continued support of the Center Operations SupportServices (COSS) contract which provides operations and maintenance of all MSFC facilitiesand collateral equipment and other related functions. These activities emphasizesupporting the missions of MSFC in a safe, reliable and timely manner, with minimumdisruptions to the facility occupants/users. Functions are performed by skilledcraftsmen/technicians.Some MSFC employees are located at off-Center locations so theContractor is requested, from time-to-time, to support a MSFC activity such as relocatingequipment to an off-Center location for use, storage, off-Center recognition ceremonies,or other special events.The COSS contract is Firm-Fixed Price contract and consists of a base (lump sum) and anIndefinite Delivery Indefinite Quantity (IDIQ) instrument. NASA/MSFC intends to increasethe current IDIQ contract ceiling by $3M for the base year which is required because thelimit has been reached and there still remains a requirement for urgent operations andmaintenance work during the remaining two months. The request is also for an increase toeach of the four remaining option years by $10M per year.At this time, there is no intention to extend the period of performance of the currentcontract July 1, 2008 through June 30, 2013 and no new noncompetitive contract instrumentwill be awarded with approval of this action. The contract will be modified to increasethe IDIQ ceiling value only. Without approval of this action, the current contractceiling for IDIQ work will be expended in the May 2009 timeframe, in advance of thecurrent base year end date (June 30, 2009), and contract performance would have to stopat that time.The IDIQ ceiling increase for the COSS contract will ensure the continuation of serviceto mission critical buildings and operating systems that can be restored to ensure safeand reliable facilities that support program and mission goals. EG&G Technical Serviceshas been the support contractor providing the critical operations and maintenance to MSFCfacilities, collateral equipment and other related functions. As a result, EG&GTechnical Services has developed within their management staff a unique knowledge andunderstanding of the work requirements, operations, and policies across MSFC. Use ofEG&G Technical Services existing and proven capabilities will permit timely execution ofsignificant tasks that are necessary for achieving program and mission goals. Are-competition of the COSS contract would introduce considerable schedule risks andunacceptable delays to the program and mission goals. This recommendation for approval is made pursuant to FAR 6.302-1, which implements the authority for U.S.C. 2304(c)(1), for the acquisition ofsupplies and services from only one responsible source and no other type of supplies orservices will satisfy agency requirements. In accordance with FAR 6.302-1(a)(2)(iii),services may be deemed to be available from the original source for the continuedprovision of highly specialized services when it is likely that award to any other sourcewould result in unacceptable delays in fulfilling the agencys requirements. Competitionis impractical for the following reasons:The ceiling value for IDIQ work for the base year has been reached with two monthsremaining. This is largely due to work done for the Office of Chief Information Officerfor communication restorations and upgrades at Michoud Assembly Facility (MAF) in theamount of $2.2M that couldnt be accomplished under the existing MAF contracts. Failureto increase the ceiling value would result in delays that would be very costly and resultin serious impact to urgent operation and maintenance activities and commitments. Therequest for a ceiling value increase of $10M for each of the four remaining option yearsis for work that was unanticipated when the scope of work for the contract was prepared. The unanticipated workload is largely due to a significant increase in work to supportthe ARES program and the associated mission critical facilities. The facilityinfrastructure provides institutional support for the Ares and Shuttle programs. Themagnitude of breakdown and repair work has been steadily increasing over the past severalyears and is due to the increasing age of the mission critical buildings and thecorresponding facility systems. The upward trend is expected to continue because thesebuildings, which average 40 years of age, have exceeded their expected design life. Pursuant to NFS 1804.570, this proposed contract action will be published on the NASAAcquisition Internet Service (NAIS) and pursuant to FAR 5.201; this proposed contractaction will be synopsized in the Federal Business Opportunities. There have been nowritten expressions of interest in this acquisition action to date. However, if any arereceived as a result of the NAIS publication or the Federal Business Opportunitiessynopsis, they will be appropriately disposition and documented by addendum to thisdocument. Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact no later than 4:30 p.m. local timeon May 19, 2009. Such capabilities/qualifications will be evaluated solely fordetermining whether to conduct this procurement on a competitive basis. A determinationby the Government not to compete this proposed effort on a full and open competitionbasis, based upon responses to this notice, is solely within the discretion of theGovernment. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Contracting Office Address: NASA/George C. Marshall Space Flight Center, ProcurementOffice, Marshall Space Flight Center, AL 35812 Point of Contact(s): Chris Katterheinrich,Contracting Officer, Phone 256-544-0338, Fax 256-544-9162, Emailchristine.l.katterheinrich@nasa.gov Ketela Helton, Contracting Officer, Phone256-544-7179, Fax 256-544-9162, Email: ketela.k.helton@nasa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4119a354ab8d72633013d64e4552121&tab=core&_cview=1)
 
Record
SN01809379-W 20090507/090505221409-a4119a354ab8d72633013d64e4552121 (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.