Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686

NASA Ames Research Center, Acquisition Division, Mail Stop 241-1, Moffett Field, CA 94035-1000

Z -- FACILITIES MAINTENANCE - REVISED SOL RFI2-36523(JMS) DUE 031797 POC Contracting Officer: Jeanne Stevens, (415)604-0065, Fax: (415)604-4646 Sources sought to provide facilities maintenance primarily at NASA Ames Research Center and Moffett Federal Airfield, Moffett Field, California. This notice cancels and supersedes the previous sources sought synopsis for this requirement issued in May, 1996. This notice more accurately describes the scope of our requirement. Response to the previous sources sought synopsis will no longer be considered. You must resubmit your capability state ment in accordance with the requirements listed below. Facilities Maintenance includes: Planning and implementation of a compre hensive maintenance program covering electrical, mechanical, plumbing, pipefitting, utility services, heating, ventilating, air conditioning, and refrigeration (HVAC/R) services, and building trade services. The contractor will be required to determine what is to be maintained, the appropriate level of maintenance, per formance of the maintenance tasks, measurement of the effectiveness of maintenance to determine adequacy of the program, and redesign of portions of the program not achieving satisfactory results. Critical to this process will be the ability to apply modern maintenance management techinques such as Reliability Centered Maintenance strategies to determine the optimum mix of preven tive, predictive, reactive, and proactive maintenance practices. Another important responsibility will be the operation and maintenance of automated Government systems for planning and management of the maintenance process. The successful offeror will provide all management, personnel, tools, equipment, replace ment parts and materials to perform these services. Some existing equipment will be available to the offeror. The performance period will be for five years, including one base period and four, one- year options. A performance-based, fixed-price, indefinite delivery type contract is anticipated. The estimated magnitude of the requirement is between $5 to $10 million per year. The standard industrial classification (SIC) code is 8744, base maintenance. Interested sources should provide a capability statement to the address below. This statement should include the following: 1) Name and address of firm; 2) size of business, including annual revenue for SIC code 8744 and entire business, and total number of employees; 3) ownership, i.e. large/small/small disadvantaged/ 8a/or woman owned; 4) year firm established; 5) names of two prin cipals to contact, including title and telephone number; 6) previous experience: include for on-going contracts or contracts completed within the last five years under SIC code 8744: a) name of contracting activity or company; b) contract number; c) contract type, i.e. firm-fixed price, cost plus, indefinite quantity com bination, etc.; d) period of performance; e) total contract value, including actual costs for past contracts; f) summary description of contract work performed; g) contracting officer name and telephone number; h) contracting officer's technical represen tative or primary point of contact, name and telephone number; i) list of major subcontractors including name, adddress and telephone number of primary point of contact; 7) also provide information in the following areas; a) discuss your ability to effectively use, operate, and maintain Government furnished Computerized Maintenance Mangement System (CMMS); b) discuss your ability to effectively use, operate and maintain a Government furnished facility automation system over a large network monitoring approximately 120 buildings in a combination airfield and research laboratory environment; c) discuss your capabilities in operating and managing a Service Call Center (Trouble Call Disk); d) based on your experience, assess the degree to which Reliability Centered Maintenance (RCM) concepts are in place or are being implemented or integrated into a maintenance program by your company; e) discuss your experience in using modern Predictive Testing and Inspection (PT&I) technology and equipment. What is the extent of your knowledge and usage of PT&I technologies in assessing or analyzing plant equipment? f) Discuss your knowledge, understanding, and compliance with Federal, State and local regulations and policies pertaining to environmental health and safety issues and concerns in implementing a main tenance program. Please limit your responses to no more than 20 pages total. The type shold be no smaller than 12 pt. pica. A page is defined as one single-side. Your capability statement is requested by October 7, 1996 to NASA Ames Research Center, Attn: Jeanne Stevens, Mail Stop JAC: 241-1, Moffett Field, CA 94035-1000. Statements may be submitted by mail, fax, or electronic submission in Microsoft Work version 5 or 6 format. This synopsis is for information and planning purposes only. All information submitted is at offerors own expense. Your response will be evaluated against our requirement. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business set-aside based on the responses recieved. All capability statements must be in writing. Fax statements are acceptable at 415/604-4646. Verbal statements will not be accepted. All responsible sources may submit a capability statement which will be considered by the Agency. The Government anticipates release of a draft Request for Proposals (RFP) on or about November 15, 1996, with the final RFP release in February 1997. Contract performance will begin in August, 1997. NOTE: The draft and final RFPs will be available on the NASA Ames Research Center Home Page at the address listed below. If you do not have this access, you may request a hard copy of the draft and/or final RFP via a mail or fax to the address above. HARD COPIES OF THE DRAFT AND/OR FINAL RFP WILL BE MAILED OUT BY REQUEST ONLY. NASA Ames Research Center has an active Home Page. It is available at the following URL:http://Procure.arc.nasa.gov/Acq/Acq.html via a world wide web browser such as Mosaic, Netscape, or similar application. The Home Page contains our synopses, subsequent solicitations, and information on the NASA acquisitions, and related helpful information. (0264)

Loren Data Corp. http://www.ld.com (SYN# 0075 19960923\Z-0013.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page