Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOURCES SOUGHT

99 -- FACILITIES OPERATION AND MAINTENANCE

Notice Date
2/28/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND11372962R
 
Response Due
3/22/2011
 
Archive Date
2/28/2012
 
Point of Contact
Sally L Saunders, Contracting Officer, Phone 661-276-6244, Fax 661-276-2904, Email sarah.l.saunders@nasa.gov - Robyn K Barton, Contracting Officer, Phone 661-276-3190, Fax 661-276-2292, Email robyn.k.barton@nasa.gov
 
E-Mail Address
Sally L Saunders
(sarah.l.saunders@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Dryden Flight ResearchCenter (DFRC) is seeking capability statements from all interested parties, whether theyare large, small, small disadvantaged, 8(a), Historically Underutilized Business Zone(HUBZone), woman-owned, veteran-owned, and/or service disabled veteran-owned businessesfor the purposes of determining the appropriate level of competition and/or smallbusiness subcontracting goals for the performance of Facilities Operations andMaintenance Services at NASA Dryden Flight Research Center, Edwards, California andDryden Aircraft Operations Facility, Palmdale, California (Air Force Plant 42, Site 9).The Government reserves the right to consider a small, 8(a), service disabledveteran-owned, or woman-owned small business set-aside based on responses hereto forFacilities Operations and Maintenance Services. The Facilities Operations and Maintenance Services may include the following servicesand/or support.Provide all labor, management, supervision, tools, materials, and equipment, to maintainand operate NASA DFRC Facilities at Edwards, CA, and Dryden Aircraft OperationsFacilities (DAOF) in Palmdale, CA. The basic services include building maintenance and repair of all building equipment andbuilding systems, grounds maintenance, and janitorial services. The building maintenance portion of this work shall be performed in accordance with NASAReliability Centered Maintenance Principles detailed in NASA Procedural Requirement8831.2. The type of facilities and infrastructure to be maintained include aircraft hangars,laboratories, aircraft and satellite communication buildings, general and administrativeoffice space, warehouses, modular buildings and trailers, metal storage containers,parking lots, walkways, roads, aircraft taxiways, high voltage electrical substations,emergency generator plants, fire water storage tanks, central fire water pumpingstations, sewage pumping stations, central compressed air stations, utility systems;sewer, storm drains, fire mains, natural gas, and electrical. The general totals of the facilities and infrastructure to be maintained areapproximately 235 acres of developed property, 80 building structures, 1.25 millionsquare feet of buildings and structures, 248,482 square yards of hard surface, roads,walks, and parking lots, 27,496 square feet of irrigated landscape, and 175,327 linearfeet of underground utilities infrastructure. This requirements NAICS code is 561210 Facilities Support Services with a sizestandard of $35.5M annually. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement, exclusive of the one pagesummary, of ten (10) pages (contain a minimum font size of 12 point) or less, (includingattachments) and shall contain a minimum font size of 12 point indicating the ability toperform all aspects of the effort described herein. The capability statements shall besubmitted electronically, via e-mail, to the primary Point of Contact (POC) listed below.Additionally, the capability statement shall list, at a minimum, 2 customer contactscovering the past 5 years (highlight relevant work performed, contract numbers, contracttype, dollar value of each contract, number of employees and customer point of contact address, phone number and email address).This synopsis is for information and planningpurposes and is not to be construed as a commitment by the Government nor will theGovernment pay for information solicited. Respondents will not be notified of theresults of the evaluation. Respondents deemed fully qualified will be considered in anyresultant solicitation for the requirement. To facilitate a prompt review, a one-page summary shall be included with your capabilitystatement(s), which shall identify your companys specific capabilities that are relevant(and reflect the magnitude) to these requirements. The one page summary will not countagainst the page limit. The one page summary shall include: (1) Companys name, address, primary POC and telephone number, (2) Size of business, (3)Companys average annual revenues for the past 3 years and total number of employees, (4)Ownership, (5) Number of years in business, (6) Companys Government size standard/typeclassification (large, small, small disadvantaged, 8(a), woman-owned, veteran owned,service disabled veteran-owned, HUBZone business) (7) Affiliate information: parentcompany, joint venture partners, potential teaming partners, prime contractor (ifpotential sub) or subcontractors (if potential prime); and point of contact position,address and phone number, (8) Applicable NAICS Code(s), and (9) DUNS number and cagecode. It is not sufficient to provide only general brochures or generic information. Pleaseadvise if the requirement is considered to be a commercial or commercial-type product. Acommercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Sarah L. Saunders no later than Mar 22, 2011. Pleasereference NND11372962 R in any response. The responses shall be submitted electronically,via e-mail, to the primary Point of Contact (POC) listed below. Any referenced notes maybe viewed at the following URLs linked below. Responses shall include the companys specific area of interest in this acquisition asbeing either a potential prime contractor or subcontractor.NOTICE: Copies of your capability statement (s) may be made available to prospectiveofferors in the future. Therefore, it should not contain company-sensitive information. DFRC is also interested in contractor feedback related to suggestions for contract type,subcontracting opportunities, and potential breakout requirements. In the event the totalrequirements are competed on an unrestrictive basis, this feedback would be used asresearch information to support the analysis and development of subcontracting goals, andpotential teaming arrangements. It would also be used to support any potentialset-asides. This feedback should also be provided electronically via e-mail to theprimary POC by March 22, 2011. Any questions you may have are to be submitted electronically, via e-mail, to the POClisted below to be used for consideration in the development of the requirements. Please copy and paste the e-mail address into your web browser. Please submit allquestions and data through the e-mail address only NOT through the phone or fax numberslisted below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND11372962R/listing.html)
 
Record
SN02389190-W 20110302/110228234318-4f3f0ba1bc1e9569eef22f60fd25a8ba (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.