SOURCES SOUGHT
M -- FACILITIES MANAGEMENT SERVICES AT GODDARD SPACE FLIGHT CENTER
- Notice Date
- 10/29/2008
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG09Z21001L
- Response Due
- 12/12/2008
- Archive Date
- 10/29/2009
- Point of Contact
- Randy J Belew, Contract Specialist, Phone 301-286-6204, Fax 301-286-0247, - James M Debelius, Contracting Officer, Phone 301-286-5491, Fax 301-286-0247, />
- E-Mail Address
-
Randy.J.Belew@nasa.gov, James.M.Debelius@nasa.gov<br
- Small Business Set-Aside
- N/A
- Description
- This notice is issued by NASA Goddard Space Flight Center (GSFC) to post a Requestfor Information (RFI) via the internet and solicit responses from interested parties.This RFI is an attempt to locate businesses experienced in performing integratedFacilities Management Services including Planning, Estimating, Engineering, Construction,and Operations and Maintenance. Facilities at GSFC include unique, world-class, prototypelabs, clean rooms, satellite tracking centers and central utility plants. These servicesshall be provided 24/7 and will often require innovative approaches to meet challengingResearch and Development requirements and schedules. Safety, code compliance (electrical,mechanical, fire, etc.), Leadership in Energy and Environmental Design (LEED), energymanagement, information management, technical capability, seamless integration andresponsiveness will be key elements to successfully performing this work. This RFI shallnot be construed as a formal solicitation or an obligation on the part of the Governmentto acquire any products or services. Any information provided to the Government isstrictly voluntary and at no cost to the Government. Any formal solicitation will beannounced separately. GSFC is only interested at this point in identifying interested andcapable contractors that could perform these services. Respondents will not be notifiedof the results.NASA is seeking capabilities from small, small disadvantaged and women owned smallbusinesses for the appropriate level of competition and/or small business subcontractinggoals for these requirements. Comments and information on the following are requested:(1) Company Cage Code, DUNS, name, address, point of contact and their telephone numberand e-mail address; (2) Approximate annual gross revenue; (3) Any small business status(8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in theperformance of the consolidated requirement would be (a) Prime Contractor; (b)Subcontractor; (c) Other, please describe; (5) If you indicated your role as "PrimeContractor" in Item 4, indicate the functions for which you would plan to usesubcontractors; (6) Provide information indicating your capability to mobilize, manage,and finance a large service contract such as this; (7) Indicate if your company primarilydoes business in the commercial or Federal Government sector; (8) Describe relevantcommercial-sector contracts you have performed for similar combined services (ifapplicable); (9) Provide a list of relevant Federal Government contracts you haveperformed for similar combined services (if applicable), including (a) contract numberand title; (b) contract type, dollar amount, and performance period; and (c) Governmentpoint of contact; (10) Indicate which NAICS code(s) your company usually performs underfor Government contracts. Also include the amount of bonding with which you haveperformed these previous Government contracts. Provide suggestions to maximize theeffectiveness of the anticipated solicitation and resulting contract in providing qualityservices to GSFC.Facilities Management Services at GSFC are currently provided under a number of separatecontracts as detailed below. GSFC is considering consolidating all these services under asingle contract. In addition to the information requested above, this RFI seeks industrycomment regarding the concept of consolidating these services, what contract type wouldwork the best, and any history or experience you have had with this type of effort for amilitary or Federal installation or organization.Description of Requirement (this description is only a summary of the required services):The Contractor shall provide Facilities Management Services for GSFC in Greenbelt,Maryland.The overall GSFC site is approximately 1,270 acres and consists of roadways, parkingareas, open spaces, underground utility infrastructure with utilities plants as well asbuildings. GSFC has 34 major buildings and 114 minor structures on-site that range incomplexity from clean rooms and laboratories to major office complexes and warehouses.The current square footage of GSFC buildings is approximately 3,475,171 gross squarefeet. The Contractor is responsible for the operations and maintenance of systems,structures, and collateral equipment contained within this square footage.GSFC has a number of facilities conducting critical operations for the Agency. Theavailability of power, uninterruptible power supply (UPS), local exhaust ventilation(LEV), generators, elevators, fire protection system (FPS), utility controls system(UCS), compressed air, Heating, Ventilation, Air Conditioning, and Refrigeration (HVAC/R)systems in these buildings is critical to the success of their mission. A loss ofelectrical power or HVAC/R to these facilities would present an unacceptable interruptionin operations. GSFC has three commercial power feeders. All major buildings have dualfeeders for redundancy. Critical operations reside in many buildings, some of which haveUPS and emergency generator backup in addition to the dual feeders. The central plantshave redundant boilers, chillers and chilled water circulating pumps. The Contractorshall be responsible for assuring utility availability and reliability at all times. Currently, the Facilities Management Services are provided as follows:(1) Facilities Operations and Maintenance Services (FOMS). The Contractor providesoperations and maintenance services to GSFC. The major services include: (a) PreventativeMaintenance and Predictive Testing and Inspection of Center Infrastructure; (b) Operationand Maintenance of Central Power Plants and the High Voltage Shop; (c) Snow and IceRemoval; (d) Repair and maintenance of Center infrastructure and facilities, includingbut not limited to: HVAC and Compressed Air Systems, maintenance of distribution systems,elevators, fire detection/protection, water, storm and wastewater systems, energymanagement and Metasys control systems, food service equipment, and chemical exhaustsystems; and (e) Provide mission critical services ensuring uninterruptible power to thebuildings used to communicate with orbiting space craft, including the Shuttle, duringmissions. These services are currently provided under a Cost Plus Award Fee, IndefiniteDelivery/Indefinite Quantity (CPAF IDIQ) type contract.(2) Facilities Construction, Engineering, and Technical Services (FaCETS). The Contractor provides: (a) architectural and engineering (A/E) services for center funded andconstruction of facilities program design tasks; (b) engineering and technical servicesincluding engineering studies, surveys and investigations; (c) information resourcesservices including CADD and GIS services to maintain building and site drawings,technical library management, and work intake control; configuration management and (d)construction services. A/E services, engineering, technical, and construction serviceswill be for projects that include, but are not limited to, office buildings, ADP areas,shops, laboratories, highly technical research facilities, clean rooms, spacecraft andinstrument test and integration areas, storage areas, utility buildings, interior andexterior utility systems and site improvements. Frequently, estimating, design, andconstruction services must be performed on projects ranging from $25K to $5M on anaccelerated schedule to meet mission requirements. These services are currently providedunder a Fixed-Price, Indefinite Delivery/Indefinite Quantity (FFP IDIQ) Award Term typecontract. IT systems shall be integrated to comply with customer, Center and Agencyreporting and management requirements. In addition to the services currently providedunder this contract, a consolidated Facilities Management Services contract would requireComputer Maintenance Management System (CMMS) and Building Information Modeling (BIM)information resources services.(3) Landscaping and Grass Cutting Services. These services are currently provided underan FFP IDIQ type contract. This is an ABILITYOne Program contract awarded under thepolicies and procedures of FAR 8.7. These services could be included under theconsolidated Facilities Management Services contract as a directed subcontract award toan ABILITYOne organization.(4) Custodial Services. These services are currently provided under an FFP IDIQ typecontract by a ABILITYOne organization. As with the preceding contract, this is anABILITYOne Program contract and these services could be included under the consolidatedFacilities Management Services contract as a directed subcontract award to an ABILITYOneorganization.(5) Trash and Recycling Services. These services are currently provided under an FFP IDIQtype contract.(6) Roofing Management Program. These services are currently provided under an FFP IDIQtype contract. (7) Chemical Water Treatment Program. These services are currently provided under an FFPIDIQ type contract.(8) Concrete and Paving Services. These services are currently provided under an FFP IDIQtype contract.(9) Painting Services. These services are currently provided under an FFP IDIQ typecontract.(10) Numerous Blanket Purchase Agreements (BPAs) for repair parts and services such astree removal and fence repairs. These BPAs provide flexibility in responding to emergencyrequirements for maintaining facilities infrastructure.The planned North American Industry Classification System (NAICS) code is 51210(Facilities Support Services), with the applicable small business size standard of $32.5million in annual gross receipts. Performance and Payment Bonds shall be required in theamount of $10 million each for the term of the contract.Prospective offerors are invited to submit written comments or questions to: Randy J.Belew, no later than 12/12/2008. Responses to this RFI must reference NNG09Z21001L andbe submitted via e-mail.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation is not currently available. When it is issued, the solicitation and anydocuments related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/GSFC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 It is the 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. We currentlyanticipate posting a draft solicitation in the second quarter of calendar year 2009 forindustry comment.Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77c8ed547f6bfac8c02457b9f6dce9ac&tab=core&_cview=1)
- Record
- SN01697815-W 20081031/081029214539-77c8ed547f6bfac8c02457b9f6dce9ac (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 |