Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOURCES SOUGHT

R -- WALLOPS INSTITUTIONAL CONSOLIDATED CONTRACT FOLLOW ON

Notice Date
12/28/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
 
ZIP Code
23337
 
Solicitation Number
WICCSS2011
 
Response Due
1/7/2011
 
Archive Date
12/28/2011
 
Point of Contact
Therese L. Patterson, Contracting Officer, Phone 757-824-1066, Fax 757-824-1974, Email Therese.L.Patterson@nasa.gov - Bernard J Pagliaro, Procurement Manager, Phone 757-824-1277, Fax 757-824-1974, Email Bernard.J.Pagliaro@nasa.gov
 
E-Mail Address
Therese L. Patterson
(Therese.L.Patterson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is an update to the previous Sources Sought Synopsis entitled, WALLOPS FLIGHTFACILITY INSTITUTIONAL AND DIRECT MISSION SUPPORT SERVICES, posted May 20, 2010. Thisupdate removes the protective services scope (which will now be procured as a smallbusiness set aside). The protective services scope was previously identified underDescription of Services 10.0 from the synopsis posted May 20, 2010. This synopsis is for the follow-on acquisition to the Wallops Institutional ConsolidatedContract (WICC). Only those interested and capable parties that did not respond to theMay 20, 2010 Sources Sought Synopsis are invited to respond to this notice. WallopsFlight Facility (WFF), located on the remote eastern shore of Virginia, is an operationallaunch range and airfield. The broad scope of services will be provided for NASA as wellas multiple tenant organizations including the Department of Defense. This SourcesSought shall not be construed as a formal solicitation or an obligation on the part ofthe Government to acquire any products or services. Any information provided to theGovernment is strictly voluntary and at no cost to the Government. Any formalsolicitation will be announced separately. WFF is only interested at this point inidentifying interested and capable contractors that could perform these services. Respondents will not be notified of the results. NASA is seeking capabilities from allcategories of Small Business for the purpose of determining the appropriate level ofcompetition and/or SB subcontracting goals for this requirement. The planned NorthAmerican Industry Classification System (NAICS) code is 561210(Facilities SupportServices), with the applicable small business size standard of $35.5 million in annualgross receipts. Comments and information on the following are requested in writing asfollows:(1) Company Cage Code, DUNS, name, address, point of contact and their telephonenumber and e-mail address; (2) Approximate annual gross revenue; (3) Any small businessstatus(8)(a), HUBZone, veteran-owned, women-owned, etc.);(4) Indicate if your role in theperformance of the service required would be (a) Prime Contractor; (b) Subcontractor; (c)Other, please describe; (5) Provide documentation such as previous contracts, agreements,etc. documenting past performance in the multiple functional areas of this contract inwhich you plan to perform including any past experience with integrated services,including (a) contract number and title; (b)contract type, dollar amount, and performanceperiod; and (c) Government point of contact; (6) If you will be in a prime contractorrole, also include previous contracts, agreements, etc. to support your ability tofinancially manage, coordinate, and integrate the variety of functions to be performedand the fluctuating mission operations tempo likely to occur under this contract; (7) Ifyou will be in a prime contractor role, provide an overview of your business systems andindicate if they can meet the contract requirement to be integrated with the existingJava technologies and MySQL database project management system and the existing Maximowork management system to provide tracking and daily reporting of status and costinginformation to the lowest statement of work/project level, potentially 1,000 projects,and indicate if your business system can meet the NASA requirement for a monthly NF533report at that same level; (8) Provide previous experience in prime/subcontractorrelationships (if applicable) to support large contract effort with a broad scope offunctional areas including any difficulties encountered with that relationship; (9) Otherdirect contract costs (materials, tools, equipment, vehicles, insurance,subcontract/support vendors, etc.) for this effort could potentially be significant.Please provide evidence of maximum available line of credit;(10) Indicate if your companyprimarily does business in the commercial or Federal Government sector; (11) Describerelevant commercial-sector contracts you have performed for similar integrated services(if applicable); (12) Provide evidence showing maximum bonding capability; (13) Identifyyour Safety Program and whether it is equivalent to OSHAs Voluntary Protection Program.(14) Provide suggestions to maximize the effectiveness of the anticipated solicitationand resulting contract in providing quality services to WFF. Description of Requirement (this description is only a summary of the required services): The Contractor shall provide Institutional and Direct Mission Support Services forGSFC/WFF primarily at Wallops Island, Virginia but also at various remote launch rangesworldwide. 1.0 INSTITUTIONAL PROGRAM IMPLEMENTATION AND BUSINESS MANAGEMENT-consists ofall technical and business management functions to plan, organize, implement, control,track, report, and deliver all requirements. The Contractor shall effect, and report toNASA, these management functions through a comprehensive integrated management approachthat shall be evidenced through an Integrated Management System (IMS). The contractorwill operate and maintain an IMS which will require the contractor to integrate theirbusiness management systems with the existing Wallops Institutional InformationManagement System (WIIMS) and the existing Maximo work management system. The WIIMS isbased on Java technologies and uses a MySQL database; 2.0 FACILITIES PLANNING,ENGINEERING & MAJOR CONSTRUCTION AND CONSTRUCTION SERVICES-consists of providing thefacilities planning, engineering, construction services, and major construction requiredby the Government. These services will be required to support NASA, Navy, and othertenant institutional and project specific facilities activities; on-site and worldwide;3.0 FACILITIES OPERATIONS AND MAINTENANCE-consists of broad and comprehensive support infacilities operation and maintenance basic requirements. WFF has 500 buildings and otherminor structures on-site. The Contractor is responsible for the operations andmaintenance of systems, structures, and collateral equipment contained within thesebuildings. WFF has a number of facilities conducting critical operations for the Agency. The availability of power, uninterruptible power supply (UPS), local exhaustventilation(LEV), generators, elevators, fire protection system (FPS), utility controlssystem(UCS), compressed air, Heating, Ventilation, Air Conditioning, and Refrigeration(HVAC/R)systems in these buildings is critical to the success of their mission. A loss ofelectrical power or HVAC/R to these facilities would present an unacceptable interruptionin operations. Critical operations reside in many buildings, some of which have UPS andemergency generator backup. The Contractor shall be responsible for assuring utilityavailability and reliability at all times. The Contractor is also responsible formaintenance of utility distribution systems, sewage treatment facility, potable watertreatment facility, airfield components, roads, parking areas, seawall, and a causewaybridge; 4.0 MINOR CONSTRUCTION-consists of services for large repairs/replacements notcovered by the Operations & Maintenance budget and Service Requests greater than $2,500.Services such as modifications to office buildings, shops, laboratories, storage andutility buildings are included. Services are also required for research and development,and range project support; 5.0 GROUNDS MAINTENANCE SERVICES-includes, but not be limitedto lawn cutting, field cutting, control of weeds on any paved or blacktop surface, treeremoval, weed and grass control around runway lights, erosion repairs, and othermiscellaneous grounds maintenance services. The overall WFF site is approximately 6,188acres and consists of roadways, parking areas, open spaces, runways, underground utilityinfrastructure with utilities plants as well as buildings; 6.0 CUSTODIAL SERVICES ANDSOLID WASTE-Custodial services for approximately 1,387,500 square feet of buildings; 7.0CHEMICAL AND BIOLOGICAL LABORATORY SUPPORT SERVICE-a wide variety of chemical andbiological analyses; 8.0 ENVIRONMENTAL MANAGEMENT SUPPORT SERVICE- management,administration, supervision, labor, materials, supplies, and equipment, except thosedesignated as government furnished, necessary to assist WFF Environmental Office in theimplementation and maintenance of the environmental program at WFF; 9.0 OCCUPATIONALMEDICINE-operation of a government medical treatment facility; 10.0 RESERVED;.11.0EMERGENCY SERVICES- emergency services such as fire protection, emergency medicalservices, and hazardous material spill containment and cleanup. Services are required24hours per day, 365(366) days a year; 12.0 TELECOMMUNICATIONS AND ENGINEERING SERVICESSUPPORT- engineering analysis and support in the design and development of voice, data,video, and radio-frequency communications networks. This will include but is not limitedto the installation and operation of miscellaneous telecommunications equipment andsystem types and the connectivity to numerous WFF environments; 13.0 TECHNICAL FACILITIESSUPPORT-technical operations of payload processing, launch vehicle integration, andvehicle fueling facilities to ensure availability of all facility functions includingmaintaining clean room and lifting device certifications; 14.0 TECHNICAL SERVICES-mailservices, resources support, and operation of duplication facility and visitors center;15.0 LOGISTICS-store stock warehouse operations, transportation, equipment management,procurement, repair parts management and hazardous material management. Please advise ifthe requirement is considered to be a commercial item. A commercial item is defined inFAR 2.101. Interested parties who did not respond to the previous notice are invited tosubmit written comments or questions to: Therese Patterson by email,Therese.L.Patterson@nasa.gov no later than January 7, 2011, 4:30 p.m. EST. All responsesto this Sources Sought must reference WICCSS2011 and be submitted in writing. There is apage limitation for responses of 15 pages. An ombudsman has been appointed -- See NASASpecific Note 'B'. The solicitation is not currently available. When it is issued, thesolicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. Any referenced notes maybe viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/WICCSS2011/listing.html)
 
Record
SN02351441-W 20101230/101228233851-a57a4cc17fa9f8a57c8b660e5dd96780 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.