Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2012 FBO #3708
SOURCES SOUGHT

Z -- •Comprehensive facility system Sustainment, Repair, and Maintenance (SR&M) services for current and future Defense Information Systems Agency (DISA) European datacenters and supporting administrative facilities.

Notice Date
1/17/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
TA-0002
 
Archive Date
2/16/2012
 
Point of Contact
Kelley Bates,
 
E-Mail Address
kelly.bates@csd.disa.mil
(kelly.bates@csd.disa.mil)
 
Small Business Set-Aside
N/A
 
Description
Europe DISA Facilities SR&M RFI PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure services relating to the following: • Comprehensive facility system Sustainment, Repair, and Maintenance (SR&M) services for current and future Defense Information Systems Agency (DISA) European datacenters and supporting administrative facilities. The proposed acquisition will award one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide SR&M services supporting a variety of systems and equipment in order to keep the covered DISA facilities online and operational in a continuous manner, to maximize the supporting system & equipment lifecycles, and to minimize the operating cost and environmental impact of these datacenters while providing assured levels of redundancy and reliability in support of their critical missions. DISA currently operates two (2) datacenter facilities in Germany currently (Sites A & B), and expects to be operating a third (3rd) site (Site C) during 2012. The current responsibilities of DISA with respect to ownership of SR&M services at each site vary, and are expected to morph as DISA gains more operational control over each facility. This contract shall provide the flexibility to provide increasing levels of support as the operational situation at each facility changes. These services may be provided in multiple European Union (EU) countries during the lifecycle of the contract. The Service Provider shall provide SR&M services to support DISA facilities operating in Europe. These SR&M services shall primarily consist of: • Scheduled recurring Preventative Maintenance (PM) of installed equipment and systems. • Ongoing scheduled recurring Operations (PM) of covered equipment, to ensure continuous availability and correct operation • Scheduled recurring Predictive Maintenance (PdM) of installed equipment and systems. • Unscheduled Emergency Maintenance (EM) of installed equipment and systems. • Unscheduled Repairs (EM/TR) to installed equipment and systems. • Operational Modifications (TR) in support of ongoing and changing mission requirements. SR&M services shall be provided, when ordered, on the following types of installed equipment and systems at the covered DISA facilities: • Mechanical plant systems (i.e., chillers, pumps, piping distribution systems, computer room air conditioners, split system/DX air conditioners, air handling units, condenser cooling towers, fan coil units, and similar). • Electrical plant systems (i.e., uninterruptible power systems (UPS), transformers, switchgear, and similar) • Electrical distribution systems (i.e., power distribution units (PDU), power panels, power ‘whips', modular power distribution units (MPDUs, a.k.a. ‘power strips'), automatic transfer switches (ATS), and similar) • Emergency power generation systems (i.e., motor/generator sets, fuel supply tanks, pumps, leak detection equipment, switchgear, and similar) • Ancillary supporting systems (i.e., building automation systems (BAS), battery monitoring systems (BMS), leak detection systems, hydrogen detection systems, environmental monitoring systems, and similar) • Facility structural systems (i.e., walls, floors, ceilings, doors, cable distribution systems, air distribution duct systems, and similar) • Installed equipment (i.e., personal property) systems and equipment All equipment, systems, and personal and real property located at a covered site may have SR&M services provided under this contract. This will be a performance-based contract. Specific services, frequencies, and methodologies, beyond a minimum level, are not provided. The Service Provider will be responsible for ensuring that the contract Performance Thresholds are achieved. In general, these will address keeping the facility systems and equipment fully operational on a continuous basis, providing emergency maintenance and/or repair support within designated timelines to restore facility, system, or equipment availability, and ensuring an outstanding professional and technical relationship is developed and maintained to allow the successful provision of all services. Performance-based service level requirements shall be based on the current DISA Computing Services Facilities Standards (CSI 360-95-3) and TIM, the Enterprise Operations & Maintenance (O&M) Services Standard (CSI 360-95-3A). Covered DISA facilities may be located anywhere in the European Union (EU). • Site A: DISA DECC Europe Site A facility, Patch Barracks, Vaihingen, Stuttgart, Germany. • Site B: (Optional) DISA DECC Europe Site B facility, Patch Barracks, Vaihingen, Stuttgart, Germany. • Site C: (Optional) DISA DECC Europe Site C facility, Wiesbaden Army Airfield, Wiesbaden, Germany. • Site D: (Optional) To be determined. • Site E: (Optional) To be determined. The IDIQ contract(s) planned to be awarded to meet this SR&M requirement will be subject to Status of Forces Agreement (SOFA) and/or Technical Expert Status Accreditation (TESA) requirements. Primary Technical Expert (TE) personnel providing quality assurance and similar technical services will be assigned from the DISA CD521 Facilities Engineering office located in Denver, Colorado. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. All responses received will be received by the customer (DISA) for use in creating a Market Research report. TARGET AUDIENCE: All responsible and capable sources are requested to respond to this RFI to assist DISA in formulating an acquisition strategy that fairly considers the breadth and depth of supporting sources available, as prime contractors, teaming partners, or as subcontractors. Specific requirements for prime contractors will include direct support of similar or greater scope and detail of mission-critical infrastructures over the preceding three (3) years. The NAICS (North American Industry Classification System) code for this work is 561210 (Facilities Support Services). The SIC (Standard Industrial Classification) code for this work is 8744. Sources Sought: This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable sources to provide the aforementioned services. Interested sources are requested to submit a response to kelly.bates@csd.disa.mil within 15 calendar days of issuance of this RFI. Late responses will not be considered. Additionally, responses should include recent (within the past three years or work that is on-going) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. No additional information regarding any potential future RFP or Government requirements will be provided during this market research effort. Requested Information: Interested vendors are requested to submit a maximum 5 page statement of their knowledge, experience and capabilities to perform the following: a) Operations and Preventative Maintenance. b) Configuration Management. c) Predictive Maintenance. d) Emergency Maintenance & Repair. e) Operational Modifications. Responses: Responses to this RFI are to be submitted by e-mail to kelly.bates@csd.disa.mil and RECEIVED by COB 1 Feb 2012. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and submitted electronically in a format compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. ________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/TA-0002/listing.html)
 
Place of Performance
Address: See above, United States
 
Record
SN02655841-W 20120119/120117234821-d74c1174734ada022283faf04a1b226a (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.