Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
SOURCES SOUGHT

R -- WALLOPS FLIGHT FACILITY INSTITUTIONAL AND DIRECT MISSION SUPPORT SERVICES

Notice Date
5/20/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
 
ZIP Code
23337
 
Solicitation Number
WICCSS2010
 
Response Due
6/3/2010
 
Archive Date
5/20/2011
 
Point of Contact
Therese L. Patterson, Contracting Officer, Phone 757-824-1066, Fax 757-824-1974, Email Therese.L.Patterson@nasa.gov - Bernard J Pagliaro, Procurement Manager, Phone 757-824-1277, Fax 757-824-1974, Email Bernard.J.Pagliaro@nasa.gov
 
E-Mail Address
Therese L. Patterson
(Therese.L.Patterson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC/WFF is attempting to locate businesses experienced in performingInstitutional and Direct Mission Support Services. WFF, located on the remote easternshore of Virginia, is an operational launch range and airfield. The broad scope ofservices will be provided for NASA as well as multiple tenant organizations including theDepartment of Defense. This Sources Sought shall not be construed as a formalsolicitation or an obligation on the part of the Government to acquire any products orservices. Any information provided to the Government is strictly voluntary and at no costto the Government. Any formal solicitation will be announced separately. WFF is onlyinterested at this point in identifying interested and capable contractors that couldperform these services. Respondents will not be notified of the results. NASA is seekingcapabilities from businesses for the appropriate level of competition and/or fordetermining small business subcontracting goals for these requirements. The planned North American Industry Classification System (NAICS) code is 561210(Facilities Support Services), with the applicable small business size standard of $35.5million in annual gross receipts. Comments and information on the following arerequested in writing as follows:(1) Company Cage Code, DUNS, name, address, point ofcontact and their telephone number and e-mail address; (2) Approximate annual grossrevenue; (3) Any small business status(8)(a), HUBZone, veteran-owned, women-owned, etc.);(4) Indicate if your role in the performance of the service required would be (a) PrimeContractor; (b) Subcontractor; (c) Other, please describe; (5) Provide documentation suchas previous contracts, agreements, etc. documenting past performance in the multiplefunctional areas of this contract in which you plan to perform including any pastexperience with integrated services, including (a) contract number and title; (b)contract type, dollar amount, and performance period; and (c) Government point ofcontact; (6) If you will be in a prime contractor role, also include previous contracts,agreements, etc. to support your ability to financially manage, coordinate, and integratethe variety of functions to be performed and the fluctuating mission operations tempolikely to occur under this contract; (7) If you will be in a prime contractor role,provide an overview of your business systems and indicate if they can meet the contractrequirement to be integrated with the existing Java technologies and MySQL databaseproject management system and the existing Maximo work management system to providetracking and daily reporting of status and costing information to the lowest statement ofwork/project level, potentially 1,000 projects, and indicate if your business system canmeet the NASA requirement for a monthly NF533 report at that same level; (8) Provideprevious experience in prime/subcontractor relationships (if applicable) to support largecontract effort with a broad scope of functional areas including any difficultiesencountered with that relationship; (9) Other direct contract costs (materials, tools,equipment, vehicles, insurance, subcontract/support vendors, etc.) for this effort couldpotentially be significant. Please provide evidence of maximum available line of credit;(10) Indicate if your company primarily does business in the commercial or FederalGovernment sector; (11) Describe relevant commercial-sector contracts you have performedfor similar integrated services (if applicable); (12) Provide evidence showing maximumbonding capability; (13) Identify your Safety Program and whether it is equivalent toOSHAs Voluntary Protection Program. (14) Provide suggestions to maximize theeffectiveness of the anticipated solicitation and resulting contract in providing qualityservices to WFF. Description of Requirement (this description is only a summary of the required services):The Contractor shall provide Institutional and Direct Mission Support Services forGSFC/WFF primarily at Wallops Island, Virginia but also at various remote launch rangesworldwide. 1.0INSTITUTIONAL PROGRAM IMPLEMENTATION AND BUSINESS MANAGEMENT.Consists of alltechnical and business management functions to plan, organize, implement, control, track,report, and deliver all requirements. The Contractor shall effect, and report to NASA,these management functions through a comprehensive integrated management approach thatshall be evidenced through an Integrated Management System (IMS). The contractor willoperate and maintain an IMS which will require the contractor to integrate their businessmanagement systems with the existing Wallops Institutional Information Management System(WIIMS) and the existing Maximo work management system. The WIIMS is based on Javatechnologies and uses a MySQL database. 2.0FACILITIES PLANNING, ENGINEERING & MAJOR CONSTRUCTION AND CONSTRUCTION SERVICES. Consists of providing the facilities planning, engineering, construction services, andmajor construction required by the Government.These services will be required tosupport NASA, Navy, and other tenant institutional and project specific facilitiesactivities; on-site and worldwide.3.0 FACILITIES OPERATIONS AND MAINTENANCE. Consists of broad and comprehensivesupport in facilities operation and maintenance basic requirements. WFF has 500 buildingsand other minor structures on-site. The Contractor is responsible for the operations andmaintenance of systems, structures, and collateral equipment contained within thesebuildings. WFF has a number of facilities conducting critical operations for the Agency.The availability 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. Critical operations reside in many buildings, some of which have UPS andemergency generator backup. The Contractor shall be responsible for assuring utilityavailability and reliability at all times. The Contractor is also responsible formaintenance of utility distribution systems, sewage treatment facility, potable watertreatment facility, airfield components, roads, parking areas, seawall, and a causewaybridge. 4.0 MINOR CONSTRUCTION. Consists of services for large repairs/replacements notcovered by the Operations & Maintenance budget and Service Requests greater than $2,500. Services such as modifications to office buildings, shops, laboratories, storage andutility buildings are included. Services are also required for research and development,and range project support.5.0 TECHNICAL FACILITIES SUPPORT. Technical operations of payload processing, launchvehicle integration, and vehicle fueling facilities to ensure availability of allfacility functions including maintaining clean room and lifting device certifications.6.0 GROUNDS MAINTENANCE SERVICES. Includes, but not be limited to lawn cutting, fieldcutting, control of weeds on any paved or blacktop surface, tree removal, weed and grasscontrol around runway lights, erosion repairs, and other miscellaneous groundsmaintenance services. The overall WFF site is approximately 6,188 acres and consists ofroadways, parking areas, open spaces, runways, underground utility infrastructure withutilities plants as well as buildings.7.0 CUSTODIAL SERVICES AND SOLID WASTE. Custodial services for approximately 1,387,500square feet of buildings.8.0 CHEMICAL AND BIOLOGICAL LABORATORY SUPPORT SERVICES. A wide variety of chemical andbiological analyses.9.0 ENVIRONMENTAL MANAGEMENT SUPPORT SERVICES. Management, administration, supervision,labor, materials, supplies, and equipment, except those designated as governmentfurnished, necessary to assist WFF Environmental Office in the implementation andmaintenance of the environmental program at WFF.10.0 OCCUPATIONAL MEDICINE. Operation of a government medical treatment facility. 11.0 SECURITY SERVICES. Protection of Federal Government assets (personnel, equipment,materials, facilities, and information). Security services are required 24 hours per day,365(366) days a year.12.0 EMERGENCY SERVICES- Emergency services such as fire protection, emergency medicalservices, and hazardous material spill containment and cleanup. Services are required 24hours per day, 365(366) days a year. 13.0 TELECOMMUNICATIONS AND ENGINEERING SERVICES SUPPORT- Engineering analysis andsupport in the design and development of voice, data, video, and radio-frequencycommunications networks. This will include but is not limited to the installation andoperation of miscellaneous telecommunications equipment and system types and theconnectivity to numerous WFF environments.14.0 TECHNICAL SERVICES. Mail services, resources support, and operation of duplicationfacility and visitors center.15.0 LOGISTICS. Store stock warehouse operations, transportation, equipment management,procurement, repair parts management and hazardous material management. Please advise if the requirement is considered to be a commercial item. A commercialitem is defined in FAR 2.101.Interested parties are invited to submit written comments or questions to: TheresePatterson by email, Therese.L.Patterson@nasa.gov no later than June 3, 2010, 4:30 p.m.EST. All responses to this Sources Sought must reference WICCSS2010 and be submitted inwriting. There is a page limitation for responses of 15 pages. An ombudsman has beenappointed -- See NASA Specific Note 'B'. The solicitation is not currently available.When it is issued, the solicitation and any documents related to this procurement will beavailable 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/GSFC Business Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51Any referenced notes maybe viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/WICCSS2010/listing.html)
 
Record
SN02155528-W 20100522/100520235216-c03341a057d88bef06d38bb21aa4f4d5 (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.