Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOURCES SOUGHT

Z -- RESEARCH OPERATIONS MAINTENANCE AND ENGINEERING - ROME FOLLOW-ON

Notice Date
3/2/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL13ROMEIIL
 
Response Due
3/16/2012
 
Archive Date
3/2/2013
 
Point of Contact
Michael Kaszyca, Contract Specialist, Phone 757-864-2436, Fax 757-864-7709, Email Michael.Kaszyca-1@nasa.gov - C. Tom Weih, Contracting Officer, Phone 757-864-3878, Fax 757-864-8863, Email Carl.T.Weih@nasa.gov
 
E-Mail Address
Michael Kaszyca
(Michael.Kaszyca-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Langley Research Center(LaRC)is hereby soliciting information regarding potential sources for a follow-onprocurement for Research Operations, Maintenance and Engineering (ROME) currentlyperformed under Contract NNL04AA03B. LaRC is also seeking industry input regardingpotential procurement strategies. The current ROME contract is an Award Term contract with a 10-year period of performance,ending on January 31, 2014. The contract provides a broad scope of researchfacility-related operations and maintenance, institutional maintenance, and utilitymaintenance and operations. The contract also provides for directly-related engineeringand information technology support services. The base portion of the contract isCost-Plus-Incentive Fee/Fixed Fee (CPIF/CPFF).The Indefinite Delivery IndefiniteQuantity (IDIQ) element of the contract allows for unforeseen efforts to be performedwhere work is issued via Firm Fixed Price (FFP), CPFF, or Government Purchase Card(PCard) orders. The average annual expenditure rate for the current ROME contract isapproximately $40M for the base portion and $40M for the IDIQ portion. The currentconformed contract can be found on the NASA LaRC Freedom of Information Act (FOIA)website at: http://foia.larc.nasa.gov/One of the primary goals of this synopsis is to assist LaRC in determining whether aSmall Business Set-aside is a suitable strategy for this procurement. If a full and opencompetition is ultimately pursued, responses to this synopsis will be used to aid inestablishing small business subcontracting goals. Since no decision regarding a set-asidehas yet been made, all qualified firms are encouraged to respond. The North AmericanIndustry Classification System (NAICS) Code for this procurement is anticipated to be561210 and the size standard under this code is $35.5M in average annual receipts. The potential scope of the ROME follow-on requirement may include, but is not limited to,the functional areas broadly outlined below: a.Facility Support: Contractor Facility Safety Head (FSH), Facility Coordinator(FC), and Facility Environmental Coordinator (FEC) services. Equipment managementsupport for all Installation Accountable Government Property.b.Research and Institutional Facility Operations Support: Operations at LaRCinvolve both research facilities, such as wind tunnels and laboratories, and centralutilities, such as the production and/or distribution of steam, high pressure air,electrical power distribution, facility systems, energy management, potable water,sanitary sewer, and natural gas. The operation of research and central utilities isanticipated to include a team consisting of Contractor and Government personnel. Researchfacility operations include: operations management, test engineering, facility systemengineering, digital control engineering, data quality and system support, facilityautomation and control system support, instrumentation systems, test management, testarticle integration, electrical and fluid systems support, facility safety, modelstructural analysis, facility configuration management, facility and test documentation,facility environmental coordination and facility scheduling and integration.c.Maintenance Support: Facility and facility system maintenance at LaRC involvesall activities necessary to ensure that LaRC research and institutional facilities,facility systems and collateral equipment are safe, fully operational, reliable andavailable on demand. LaRC facility maintenance is reliability centered and includesPreventive Maintenance (PM), Predictive Testing & Inspection (PT&I), ProgrammedMaintenance (PGM), trouble calls, repairs, central utility systems maintenance,maintenance operations procedures plans, and Facility Condition Assessments (FCAs) inaccordance with NASA Procedural Requirement (NPR) 8831.2E, Facilities MaintenanceManagement. (Note: ROME facilities maintenance does not currently include firedepartment protection services personnel, security, grounds maintenance, or custodialservices.)d.Instrumentation Services Support: Repair, modify, assemble, calibrate, andmaintain approximately 46,000 devices of Measurement and Test Equipment (M&TE) inaccordance with the instrument manufacturers and LaRC specifications.Work includes,but is not limited to, instrumentation, metrology technical support, operation of theMetrology Information System (MIS), and associated instrumentation logistics supportservices. e.Data Acquisition System (DAS)/Facility Automation System (FAS) Support: DASdevelopment, maintenance and repair; data systems configuration management; DASadministration; DAS documentation; and FAS development, maintenance and repair.f.Engineering Support: Engineering work consists of a wide variety of engineeringservices and projects, including traditional engineering designs, as well as otherengineering related products, such as fabrication of research equipment, support for allphases (design, procurement, construction, activation, project closeout) of Constructionof Facilities (CoF) projects, and operation of facility documentation libraries. Generalengineering services include: tactical engineering, reliability engineering, safety andrisk engineering evaluations, facilities configuration management, pressure systemrecertification, drawing file services, specifications services, research facilitylibrary services and project reporting. Engineering projects including the projectmanagement/planning, design, build and modification of: institutional facilities andutility systems (e.g., civil, structural and architectural systems); research facilitysystems (e.g., wind tunnels and testing laboratories); technology development support(e.g., instrumentation systems and test technique development). g.Information Technology Support: In support of OME activities, IT includessupporting Center implemented Agency mandates and initiatives; planning, development, andimplementation of new IT systems; and the maintenance and operation of a defined set ofIT systems. IT support is directly related to the unique databases supporting research(e.g., instrument calibration database, facility maintenance database [Maximo], windtunnel test data management and storage and an effort to consolidate and improve theaccuracy, security and accessibility of data).NASA LaRC is seeking capability statements from all interested parties, including Small,Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), ServiceDisabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone)businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions(MI) for the purposes of determining the appropriate level of competition and/or smallbusiness subcontracting goals for the ROME follow-on procurement. The Governmentreserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service DisabledVeteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.Statement of Capabilities Instructions: Section 1: Provide responses to the following business information: (a) Company CAGECode, DUNS, name and address of firm, point of contact (including phone number andemail), size of business, average annual revenue for past 3 years and average number ofemployees for last 3 years; (b) Ownership and number of years in business: indicateLarge, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service DisabledVeteran Owned, HUBZone businesses, and Historically Black Colleges andUniversities/Minority Institutions; (c) Affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potentialsubcontractor) or subcontractors (if potential prime contractor); and (d) Indicate ifyour interest is directed at the potential prime contractor or subcontract level. Ifinterest by a small business is directed at the prime contractor level, note the abilityto comply with the requirements of FAR 52.219-14, Limitations of Subcontracting. Section1 shall be no more than 1 page, 12 pt font text Times New Roman.Section 2: Interested offerors/vendors should submit a capability statement including thefollowing: (a) Ability to perform all or any aspects of the effort described above; (b)List of customers covering worked performed within the past three (3) years (ifapplicable, please list at least 3 customers) highlighting relevant work performed,technical description, contract number, contract type, dollar value of each procurement,NAICS code, and procurement and technical points of contact (email address and phonenumber). Section 2 shall be no more than 3 pages, 12 pt font text Times New Roman. Section 3: Based on your past experience and the above defined requirements, provideinformation regarding potential procurement strategy advantages/disadvantages, lessonslearned, and suggestions to maximize the effectiveness of the anticipated solicitationand resulting contract. Examples of potential strategies include: (a) Multiple AwardIndefinite Delivery Indefinite Quantity (IDIQ) contract; (b) The consolidated scope ofresearch operations, maintenance and engineering services being performed under a singlecontract (e.g., single award, hybrid - sustained base support with IDIQ line items); (c)Consolidating additional work into the contract or dividing specific requirements outinto separate contracts (e.g., adding in additional facility related support services;performing design and construction services within the potential scope or as a separatecontract). Section 3 shall be no more than 2 pages, 12 pt font text Times New Roman. Section 4: Based on your past experience, provide information regardingadvantages/disadvantages of various contract types/contract length and your lessonslearned utilizing these contract types: (a) Cost Plus Fixed Fee (CPFF) please discussyour approach on incentivizing cost control under a CPFF arrangement; (b) Cost PlusIncentive Fee (CPIF) please discuss your suggestions for what specific incentivesshould be applied and how LaRC should objectively implement such incentives; (c) CostPlus Award Fee (CPAF) or Award Term please discuss your suggestions for award fee oraward term evaluation parameters to be used to assess contract performance and provideyour input on the administrative effort and cost required to monitor and evaluateperformance under this type of arrangement; (d) Firm Fixed Price (FFP) please discussyour approach under a FFP arrangement; (e) Contract Length please discuss yoursuggestions for contract length (e.g., 5 years, 10 years) and your thoughts on theadvantages/disadvantages of the suggested length; (f) Any other methods you believe mightbe viable. Section 4 shall be no more than 2 pages, 12 pt font text Times New Roman. Technical questions shall be directed to: Chris Mouring (Chris.A.Mouring@NASA.gov) withROME Follow-on Technical Question annotated in the subject. General or Procurementrelated questions shall be directed to: Michael Kaszyca (Michael.Kaszyca-1@NASA.gov) withROME Follow-on General/Procurement Question annotated in the subject. Please advise if the requirement is considered to be a commercial service orcommercial-type service. A commercial item/service 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 review. 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.All responses shall be submitted via email only to Michael Kaszyca(Michael.Kaszyca-1@NASA.gov) no later than March 16, 2012. Please reference NNL13ROMEIILSources Sought Response in any response. Any referenced notes may be viewed at thefollowing URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL13ROMEIIL/listing.html)
 
Record
SN02688589-W 20120304/120302235610-9143e2acf99863e6aa90bb28d70a36c4 (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.