Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOURCES SOUGHT

F -- ENVIRONMENTAL SUPPORT SERVICES

Notice Date
12/15/2011
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12ZBJ003L
 
Response Due
12/29/2011
 
Archive Date
12/15/2012
 
Point of Contact
Stephanie D. Hunter, Contracting Officer, Phone 281-483-8523, Fax 281-483-6038, Email stephanie.d.hunter@nasa.gov - Shine Lin, Contract Specialist, Phone 281-792-7845, Fax 281-483-7890, Email shine.lin@nasa.gov
 
E-Mail Address
Stephanie D. Hunter
(stephanie.d.hunter@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for Environmental Support Services. The Government reserves theright to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB),or HUBZone business set-aside based on responses hereto.NASA JSC has a requirement for professional and physical environmental support servicesto accomplish its environmental program objective of ensuring that JSC, and otherspecified locations, are in compliance with Federal, State, and local governmentapplicable laws and agency requirements.This synopsis incorporates all the requirements of the previous synopsis, NNJ12ZBJ001L,in addition to physical environmental services and as such the previous synopsisNNJ12ZBJ001L is cancelled in its entirety.The purpose of this sources sought synopsis is to determine what type of set-aside, ifany, the Government may consider. As such, prospective offerors are encouraged to stateall capabilities they possess to meet the Governments requirements. The requirementsconsist of: management and implementation of programs to achieve and maintain compliancewith applicable Federal, State and local environmental laws and NASA requirements,implementing sustainability across all program areas, Industrial Solid Waste operations(pickup, handling, storage, tracking, and disposition), air/water quality monitoring andtreatment, and emergency spill response.The North American Industry Classification System (NAICS) code for this procurement is541620, Environmental Consulting Services, with a size standard of $7 million dollars.Estimated award date for this contract is 1/1/13. Estimated award amount is $2,000,000 -$3,000,000 per year, for 5 years. 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 sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 5 pages or less indicating theability to perform all aspects of the effort described herein.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service DisabledVeteran Owned, Historically Underutilized Business Zone and Historically Black Collegesand Universities)/Minority Institutions; number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). Technical questions should be directed to: Michelle Fraser-Page,michelle.fraser-page@nasa.gov. Procurement related questions should be directed to:Stephanie Hunter, stephanie.d.hunter@nasa.gov.This requirement is not considered to be a commercial item or service. A commercial itemis 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. All responses shall be submitted to Stephanie Hunter and Shine Lin, shine.lin@nasa.gov,no later than 12/29/11. Please reference NNJ12ZBJ003L in any response. Any referencednotes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBJ003L/listing.html)
 
Record
SN02639748-W 20111217/111215234220-ae00db6e099cf027a8f90fc9ebcf305c (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.