Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOURCES SOUGHT

S -- LOGISTICS MANAGEMENT SERVICES

Notice Date
6/8/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA16LMS
 
Response Due
6/26/2015
 
Archive Date
6/8/2016
 
Point of Contact
Jeannette Albiez, Contracting Officer, Phone 650-604-1029, Fax 650-604-0912, Email Jeannette.Albiez@nasa.gov - Franco A Cuevas, Contracting Officer, Phone 650-604-4522, Fax 650-604-3020, Email franco.a.cuevas@nasa.gov
 
E-Mail Address
Jeannette Albiez
(Jeannette.Albiez@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources to operate logistics, business operations, and documentation services for the National Aeronautics and Space Administration (NASA) Ames Research Center (ARC). The work will be performed at Ames Research Center (ARC), Moffett Field, California. In this synopsis, NASA ARC is soliciting information about potential sources and preferred contracting approaches for the services, which are described in more detail under item II, Summary of Proposed Requirements. The Government is considering a small business set aside for this requirement. I. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information on capabilities of potential offerors to provide the services described in the Summary of Proposed Requirements in order to determine the small business set-aside category. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in Summary of Proposed Requirements. II. SUMMARY OF PROPOSED WORK REQUIREMENTS: Logistics Operations 1) The Business Office supports the resident agencies and tenants with their administrative requirements in the areas of facility maintenance, demand services, utilities, Institutional Shared Pool (ISP) reimbursable, and financial reports. 2) Equipment management and property disposal management includes receiving, affixing NASA decals and maintaining equipment records, performing physical inventory, processing excess property for screening, reutilization, donation, redistribution, sales, or other appropriate dispositions and providing relevant reports; 3) Mail services involve comprehensive management of Mail Service Center (MSC) operations for all inbound mail/parcels, preparing, and delivering mail within ARC and near off-site locations; 4) Packing, shipping and receiving services includes providing centralized shipping and receiving services, material, and equipment in processing all domestic and international shipments; 5) Fleet management involves maintenance, repair, dispatching, and management operations of NASA transportation fleet; 6) Refuse and Recyclable Materials Collection, Removal and Disposal ARC provides refuse and recycle collection services to its tenants and occupants of ARC and Moffett Research Park, including other Federal agencies and other entities. These services include trash collection and disposal and recycling of mixed office paper, newspaper, corrugated containers, commingled plastic bottles, aluminum cans, toner cartridges, wooden pallets, batteries, styrofoam and tape reels at ARC; 7) Janitorial services involve floor maintenance, trash removal, cleaning drinking fountains and restrooms, dusting, emptying waste containers, collecting recyclable materials, including but not limited to paper, cardboard, aluminum cans, scrap metal and electrical equipment (i.e., monitors, computer hardware, etc) and placing them in designated collection points; 8) Documentation Services provides administrative, technical and professional services. Services provided include reproduction, graphics, web design, library services, records and directives management support, Ames Management System support, and systems administration. III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications to support the work described under Item II Summary of Proposed Requirements are asked to submit a capability/qualification statement of 10 PAGES or less. The font size is 12 points Times New Roman for this Capability/Qualification Statement. Figures, exhibits, and diagrams dont need to adhere to this font size but should be readable. Submit your response electronically in PDF format. The Government requests separate files for the Statement of Capabilities response and the Contracting Approach response. The response must include the following: 1) Company name, address, point of contact, phone, e-mail, and website (if applicable). 2) Whether your company is a Small Business, Small Disadvantaged Business, 8(a) set-aside Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-Owned Small Business, HBCU/MI, Service-Disabled Veteran-Owned Small Business for NAICS code 561210 size standard $38.5M. 3) Your companys capability in each of the requirements. For each requirement, indicate what percentage of the requirement you would perform. 4) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. 5) Average annual revenue for the past 3 years. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA Logistics Management Services procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: 1) Performance-Based Contracting (PBC): ARC is interested in your comments on Performance-Based Contracting (PBC). If you have specific experience with PBC in support of similar contracts, please include your experience and opinion of measurable performance standards as it relates to the technical areas described in Item II Summary of the Work Requirements. 2) Use of Contract Incentives: ARC is considering the use of a firm fixed priced structure to evaluate technical performance, schedule, and cost. In an attempt to determine the feasibility of an incentive approach for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: a) Performance incentives: Please provide your view regarding types of incentive or options for contractor performance. b) In a mixed-team (Government/Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, or identifying opportunities for technical and administrative improvement, or cost? 3) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: The Statement of Capabilities and Contracting Approach shall be received no later than Friday June 26, 2015 at 3:00PM Local PST. Please respond via electronic mail (e-mail) to the Contracting Officer, Jeannette Albiez and Contract Specialist, Franco Cuevas at the following addresses: jeannette.albiez@nasa.gov and franco.a.cuevas@nasa.gov. Written questions should also be directed to the Contracting Officer and the Contract Specialist. If an interested party requests confirmation of receipt, the Contracting Officer and/or Contract Specialist will confirm receipt. In all responses, please reference "LMS-RFI". Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FebBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16LMS/listing.html)
 
Record
SN03756155-W 20150610/150608234407-723a02c527ff9a11c0d0eaed9d533a81 (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.