Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2007 FBO #2075
SOURCES SOUGHT

C -- SOURCES SOUGHT SYNOPSIS FOR JSC FIRE AND SAFETY SUPPORT SERVICES

Notice Date
7/31/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ07BJ07L
 
Response Due
8/24/2007
 
Archive Date
7/31/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for JSC Fire & Safety Support Services. The National Aeronautics and Space Administration?s (NASA) Johnson Space Center (JSC) is seeking capabilities information from Small Business concerns for a Safety and Fire Services (SFS) contract. The purpose is to determine the appropriate level of competition in accordance with FAR 19.10 Small Business Competitiveness Demonstration Program. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement as a Small Business set-aside. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. It is anticipated that JSC will issue a solicitation for safety and fire services to support JSC in accomplishing its institutional safety program objectives. Major areas are safety engineering, inspections & audits, operational safety oversight, test safety, fire protection, emergency planning, training, maintenance of fire protection systems, and special projects. The contractor will specifically support the JSC Safety and Test Operations Division whose mission is to help line management and employees in reducing and preventing injuries to NASA personnel and damage to NASA equipment. The Safety and Test Operations Division with support from the SFS Contract provides guidance and help as needed, ensures that line management is fulfilling its safety responsibilities, and maintains JSC fire protection systems. Work includes consultation, audits, surveys, inspection, training, management reviews, engineering analysis, and other safety-related documentation. The contractor shall direct that imminent hazards be made safe immediately or stop the work in progress. The NAICS Code for the proposed acquisition is 541330 and the small business size standard is $4.5 Million/year. The award value is anticipated to be $25,000,000 over a 5 year period of performance. Certified Small Businesses that are capable of performing as prime contractors that meet the requirements of this synopsis are asked to submit capability statements in no more than seven (7) pages. Capability statements must include the following information: ? Name and address of firm ? Size of business ? Average annual revenue for past 3 years ? Number of employees ? Ownership ? Indicate company status as either Certified SB, SDB, 8(a), HUBZone, VOSB, SDVOSB, WOSB, and/or HBCU/MI ? Number of years in business ? Affiliate information: parent company, joint venture partners, potential teaming partners, etc? In addition, capability statements must address the following: 1) Past projects with proven Safety and Fire Services experience with an emphasis on work performed on a Federal installation, including three (3) references. These references must highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, and a point of contact - address and phone numbers. 2) Ability to meet the 50% requirement of work to be performed by the prime contractor as set forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of three (3) past projects with emphasis on work performed on a Federal installation. The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R. 121.103(h)(4)(2005). NOTE: Projects that satisfy the requirements of both items 1 and 2 of the synopsis only need to be submitted once. 3) Experience in work involving a broad range of skills; including, but not limited to engineering analysis and support, inspections and audits, mishap investigations, safety and health training, fire protection system maintenance, safety information management, safety program development and evaluation, test safety, and administration of lockout and tagout equipment. 4) Experience in managing and coordinating subcontractors to perform specialty type work required to complete contractual requirements of projects. RESPONSES DUE: Any questions related to this Sources Sought Synopsis shall be submitted to Kirby Condron no later than 2:00 p.m. Central Time on August 13, 2007. Questions may be emailed to the contract specialist at kirby.l.condron@nasa.gov. Please reference NNJ07BJ07L. Interested parties having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation and references as requested. All responses shall be submitted to Kirby Condron no later than 2:00 p.m. Central Time on August 24, 2007. Responses may be emailed to the contract specialist at kirby.l.condron@nasa.gov. Please reference NNJ07BJ07L in any response. Mailing address is: NASA Johnson Space Center, Attn: Kirby Condron, Mail Code BJ4, 2101 NASA Parkway, Houston, Texas 77058. This synopsis is for information and planning purposes 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. The Government reserves the right to consider a Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Historically Underutilized Business Zone, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, 8(a), or Historically Black College or University or Minority Institution set aside based on responses hereto. All firms will need to be certified at the time of contract award if the procurement is set-aside.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#126097)
 
Record
SN01357987-W 20070802/070731222254 (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.