Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

X -- LEASE OF OFF SITE OFFICE SPACE FOR MSFC OFFICE OF THE CHEIF INFORMAITONOFFICER ENTERPRISE APPLICATION COMPETENCY CENTER

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM08248810Q
 
Response Due
7/14/2008
 
Archive Date
6/27/2009
 
Point of Contact
Ketela K. Helton, Contracting Officer, Phone 256-544-7179, Fax 256-544-9162, - John A. Busbey, Contracting Officer, Phone 256-544-0896, Fax 256-544-9162
 
E-Mail Address
Ketela.K.Helton@nasa.gov, john.busbey@msfc.nasa.gov
 
Small Business Set-Aside
N/A
 
Description
NASA/MSFC plans to issue a Request for Proposal (RFP) for the following Commercialitem/services: LEASE OF OFF-SITE OFFICE SPACE FOR MSFC OFFICE OF THE CHEIF INFORMAITON OFFICER (OCIO)ENTERPRISE APPLICATION COMPETENCY CENTER.1. FACILITY REQUIREMENTS:Offsite, leased space is required to house the MSFC Office of the Chief InformationOfficer (OCIO) Enterprise Application Competency Center. The Enterprise ApplicationCompetency Center is comprised of a blended team of contractor and civil servicepersonnel. The offsite space will be used to house multiple NASA project teams and subteams including prime contractor functional support personnel, technical support teams,as well as NASA subcontractor support teams.In order to house these project teams, a facility of approximately 150,000 - 175,000square feet of contiguous space and/or adjacent facilities within a single office complexare required. The space must be located within a 10-mile radius of the Marshall SpaceFlight Center, Huntsville, AL. The space must be located in quality facilities of soundand substantial construction. It must have a potential for efficient layout to supportproject requirements and shall meet all standard safety code requirements. A flexiblearrangement must be provided to accommodate shifts in layout to meet different projectphases.The electrical and air conditioning systems shall be capable of supporting normal officespace needs, including personal computer workstations and network communicationequipment.Vehicle parking spaces are required at the ratio of one space for every 200 net usablesquare feet of Government-leased space.All facilities must be handicap accessible.All normal operational requirements will be required including electricity, water, andheating/cooling.Grounds Maintenance The Landlord shall maintain the grounds around the building at the Landlords expense inaccordance with the following schedule, as a minimum: 1. Mowing and trimming shall be done biweekly, unless the grass height is less than 4inches. 2. Mowing and trimming of lawn areas shall be performed, including areas arounddesignated facilities, parking lots, portals, and storage pads to a height ofapproximately 2 to 3 inches using finish mowers and string trimmers. 3. Weed trimming around signs, posts, poles, and guardrails is also required. 4. Trimming of hedges and bushes providing safety, along with a neat and orderlyappearance, is required on a routine basis. 5. Bushes, saplings, and trees shall be removed in a timely manner from fence rows,rights of way, roadways, and other requested areas to eliminate safety hazards. 6. Storm debris such as fallen trees and limbs; clogged drainage channels; and otherstorm-related effects shall be removed in a timely manner. 7. Snow/ice from sidewalks, parking areas, and roadways shall be removed to allow safeingress/egress for employees. Removal shall commerce within 4 hours of the customerrequest, unless a quicker response is required for the safe ingress/egress of employees. 8. The spreading of salt, ice melt, sand, or grit to eliminate slippery conditions onsidewalks, parking areas, and roadways shall be performed in order to assure safeingress/egress of employees and vehicles. 9. The Landlord shall also perform minor repairs on areas and associated infrastructuresuch as signs, fences, gates, benchmarks, etc., caused by erosion, subsidence,settlement, displacement, tire rutting, scalping, and skidding by machinery, vandalism,overgrown vegetation, burrowing animals, and storm damage. All repaired areas shall becovered with topsoil that is free of rocks and debris, seeded and fertilized. 10. Paved area maintenance shall include renewing painted stripes in parking areas;maintain visitor and handicapped parking spaces; seal asphalt; patch holes and cracks;and clean parking areas. Refuse RemovalLandlord shall provide at the Landlords expense the required refuse removal services.This includes, but is not limited to, collection and disposal of trash from facilities,lawns, fence rows, rights of way, roads, parking areas and sidewalks; emptying ofcigarette ash cans and outdoor trash receptacles; and the collection and disposal of deadanimals. The Landlord shall not allow build-up of excess refuse on premises or on groundsof premises. Janitorial/Cleaning Landlord shall provide routine cleaning and refuse/debris removal at the Landlordsexpense from the interior of the building in accordance with the following schedule, as aminimum:Daily (5) Days Per Week 1. Spot clean spills and stains on carpeted and hard surface floors. 2. Clean, sanitize and polish all vitreous fixtures, including toilet bowls, urinals,hand basins, walls, and exposed pipes under sinks. 3. Sweep and (sanitized) wet mop floor in restrooms. 4. Clean all glass and mirrors in restrooms. 5. Empty and remove all trash, spot cleaning and replace can liners in restrooms. 6. Refill all restroom dispensers. 7. Vacuum high traffic areas (halls and entrances). 8. Clean break rooms daily. 9. Clean and sanitize drinking fountains. 10. Empty and remove all trash and replace can liners in all offices. Weekly 1. Spot clean reception lobby glass, including front door and any other partition or doorglass. 2. Dust mop resilient and hard floors and/or vacuum carpeted floors in all locations. 3. Clean and mop entrance area including mats. 4. Sift and clean sand urns. 5. Sweep inside/outside stairs, ramps, and landings. 6. Spray buff all hallways (tile floors). 7. Vacuum inside the offices. Monthly 1. Dust all exposed filing cabinets, bookcases, and shelves. 2. Low dust all horizontal surfaces to hand height of 72 inches. Including sills, ledges,molding, shelves, picture frames, etc. 3. Remove dust and cobwebs from ceiling areas. 4. Spot clean furniture. 5. Empty, clean, refill sand urns. 6. Mop inside/outside stairs, ramps, and landings. Quarterly 1. High dust above hand height all horizontal surfaces, including shelves, moldings,ledges, supply and return air grills. 2. Clean the entire reception lobby glass including front door and any other partitionglass. Semi-Annual 1. Vacuum furniture. 2. Strip and wax vinyl tile flooring. 3. Clean carpeting 4. Dust Venetian blinds. Annually Wash exterior and interior windows. Pest Control Services The Landlord shall provide pest control services every 90 days. The service shall beperformed on the exterior as well as the interior of the building, including thekitchen/break area, restrooms, lobby, office areas, conference room, storage area, andthe publications storage area.Office furniture will be provided as specified below. Furniture should be clean, in goodoperating condition, and reasonably coordinated.The following minimum private office and furniture requirements are needed: One private senior management office (160 - 300 square feet) with space for oneadministrative assistant. The Office shall be furnished with appropriate executivefurniture including desks, chairs, credenzas, ADP workstations, small meeting tables andchairs, bookcases, and filing cabinets 15 middle management offices (120 - 225 square feet) furnished with appropriate middlemanagement furniture. Each office shall be furnished with a desk, chair, credenza, filingcabinets, bookcases, ADP workstation, and small meeting table and chairs 115 private offices (80 - 150 square feet) furnished with an ADP workstation, desk,chair, filing cabinets, and bookcases 350 cubicles (100 - 150 square feet) furnished with ADP workstation, desk, chair,filing cabinet, and bookcase A minimum of 24 conference rooms are required as follows: 6 large conference rooms with capacity for 30 or greater each, to include conferenceroom table, chairs, white boards, and appropriate audio/visual capability for electronicpresentations. (See 2.B., other network requirements) 12 medium conference rooms with capacity up to 30 each to include conference roomtable, chairs, white boards, and appropriate audio/visual capability for electronicpresentations. (See 2.B., other network requirements) 6 small conference rooms with capacity up to 10 each to include conference room table,chairs, white boards, and appropriate audio/visual capability for electronicpresentations. (See 2.B., other network requirements)One auditorium is required for large employee gatherings. The auditorium should provideseating for a minimum of 100 employees. The auditorium shall include audio/visualcapability for electronic presentations.A minimum of 16 Testing Rooms are required as follows: Nine small testing rooms are required, each with a capacity to accommodate 8 to 12 ADPworkstations, chairs, filing cabinets, whiteboards, and appropriate audio/visualcapability for electronic presentations. (See 2.B. Other network requirements) Seven large testing rooms are required, each with a capacity to accommodate 13 to 32ADP workstations, chairs, filing cabinets, whiteboards, and appropriate audio/visualcapability for electronic presentations. (See 2.B. Other network requirements)The landlord shall provide an area, approximately 750 square feet, suitable for acomputer/network laboratory. NASA shall provide additional physical security for thisroom. The room must have the capability to be attached directly to a WAN connection,provide access to additional air handling/cooling capacity, and access to additionalelectric power sources.The landlord shall provide a break room/kitchen area and a supply room.2. TECHNICAL INFRASTRUCTURE REQUIREMENTS:A. Telephones and Facsimile NASA will provide its own telephone and facsimile capability. The landlord shall providetelephone and facsimile twisted pair telephone wiring and cabling within the building tosupport this service. At a minimum, there shall be one telephone circuit and connectpoint per office, cubicle, conference room, and ADP workstation in each of the testingrooms.The Landlord shall ensure that inside building cellular phone coverage with MSFC's localprovider (AT&T and Verizon) is available. The Landlord shall also provide an overhead paging system with telephone interface. NASAwill install, or retrofit an existing, overhead paging system that would allowdissemination of MSFC Emergency Announcements into the facility. This would beaccomplished via a telephone interface into a paging amplifier.B. Computer Networks NASA will provide its own desktop, network, and other computer hardware and supportservices. The landlord shall provide cabling and wiring to support a local area network(LAN). At a minimum, there shall be one LAN circuit and connect point per office,cubicle, conference room, and ADP workstation in each of the testing rooms.The landlord shall offer network infrastructure within and around the premises such thatan external wide area network (WAN) connection may be established, at NASA's expense,from the premises to the NASA WAN.Other network requirements include: An existing Category 5 or 5e or Category 6 twisted pair Ethernet cabling infrastructurewith proper installation characteristics complying with IEEE specifications. Uninterruptible Power Supply (UPS) or generator backup in communication equipment roomsor main core location. Raised floor main communications equipment room. Line-of-sight path to MSFC Campus for possible addition of wireless services to reduceleased circuit costs. Communications equipment rooms available within 100 meter (328.8 feet) range of alloffices. Provisions for local common carrier access such as BellSouth, Verizon, andKMC/CenturyTel, preferably within range of Verizon's local Huntsville Facilities soexisting dark fiber circuits could be relocated. If several buildings are to be utilized, fiber optic pairs or acceptable conduit pathswhere circuits could be extended between all buildings back to one central equipment roomlocation. No overhead asbestos materials. The landlord shall allow NASA to install communications assets such as overhead pagingsystems, card readers, communications cabling, conference room equipment (includingvideoconferencing system, teleconferencing systems, and audio visual systems required tosupport electronic presentations) and ceiling mount televisions. The tenant may remove services and equipment upon termination of lease. The landlord shall define processes to support moves, adds, and changes to electricaloutlet and lighting locations to support specific communications requirements.Alsoprovisions to add additional (possibly enhanced) electrical feeds to accommodate specificcomputing/communications needs.The NAICS Code and Size Standard are 531210 and $6.5, respectively. The anticipated release date of RFP NNM08248810Q is on or about July 7, 2008 with ananticipated quotation due date of on or about July 21, 2008.All responsible sources may submit a quotation which shall be considered by the agency.An ombudsman has been appointed. See NASA Specific Note "B".The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/MSFCBusiness Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). Any referencednotes may be viewed at the following URLs linked below.All contractual and technical questions must be submitted in writing (e-mail or FAX) toMSFC, PS32/Ketela K. Helton, MSFC, AL 35812, Email: Ketela.K.Helton@nasa.gov and Fax:(256) 544-9162 not later than 4:00 p.m. July 21, 2008.Telephone questions will not beaccepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c41503d8c1e781299b94a6867db02f00&tab=core&_cview=1)
 
Record
SN01602887-W 20080629/080627220412-252bb932b8b7d67f4fbc2e1caa8311ae (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.