SOURCES SOUGHT
Z -- Sources Sought for Base Operations and Spaceport Services
- Notice Date
- 3/20/2017
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK17619079L
- Point of Contact
- Kelly J. Boos,
- E-Mail Address
-
KSC-BOSS-Info@mail.nasa.gov
(KSC-BOSS-Info@mail.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Section 1: Capabilities and Interest: The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Base Operations and Spaceport Services (BOSS). This follow-on acquisition will succeed the current Institutional Services Contract (ISC) which will expire in September 2018. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services with a size standard of $38.5M. Responses must include the following: 1. Company name and address; 2. Cage code/DUNS number; 3. Average annual revenue for past 3 years; 4. Ownership; 5. Whether you are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 6. Number of years in business; 7. Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 8. List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number); 9. Include if you are interested in this requirement as a prime contractor or a subcontractor; 10. Include a statement indicating desire to be placed on the interested parties list for public distribution. 11. If large business, identify areas of subcontracting opportunities for this requirement. 12. For small business that cannot perform the entire scope, describe what portion(s) of this scope you can perform. Section 2: Services/Scope: The KSC requirements include the delivery of the following services and support: Overview Provides mission-focused institutional support to the National Aeronautics and Space Administration (NASA) and United States Air Force (USAF) programs and projects. This support includes operations and maintenance, and systems engineering of assigned Facilities, Systems, Equipment, and Utilities (FSEU); work management functions; mission support and launch readiness management; project management and design engineering services; construction support services; and institutional logistics. Operations and Maintenance Operations include those recurring activities required to maintain a facility so that it can reliably perform its intended function, but which are not considered preventive maintenance (PM), repairs, or predictive testing and inspection (PT&I). It includes watch standing or attendance type work requiring the presence of one or more qualified persons during a specified time period. Examples of these operations include adjusting regulators, thermostats or operational set points, resetting and restarting equipment, isolating and returning equipment to service as a result of planned or unplanned outages, logging of chillers and boilers, monitoring generators and replenishing fuel levels, maintaining refrigerant inventory and records, seasonal equipment start-ups and shutdowns, and hurricane preparation activities. Operations also include control and monitoring systems which include system-specific control systems; Kennedy Complex Control System (KCCS) which is a Supervisory Control and Data Acquisition (SCADA) system that provides central control and monitoring of various facility power systems, utility systems, and energy management systems throughout KSC; as well as multiple Building Automation Systems, which monitor and control HVAC equipment and monitor environmental conditions in unique processing facilities. Maintenance includes performing PMs and PT&I on assigned FSEU in over 750 facilities of varying complexity per the Government provided Maintenance Plan, as well as, repairs and replacement. Assigned FSEU includes: high voltage/medium voltage power; low voltage power; electronic security systems; tornado area warning systems; traffic signaling systems; oxygen deficiency monitoring systems; area warning beacon systems; fire alarm systems; fire suppression systems; HVAC and compressed air systems; elevators and chairlifts; plumbing; water distribution; wastewater collection and pre-treatment; storm water infrastructure; ignition overpressure and sound suppression; facility interiors and exteriors; structures and towers; transportation infrastructure; landfill, borrow pit, and disposal services; and heavy equipment. In addition to operations and maintenance, there are requests for facilities-related work that is new in nature. Service requests of this type are not essential to protect, preserve, or restore FSEU and may include event support, installing a white board, fabricating nameplates, installing a convenience power receptacle, hanging a projector, institutional box moves and installing task lighting or signage. Work Management Work Management includes functions such as: development and operation of a work control center to receive, assess, input, categorize, prioritize, schedule, track, and document all work requests; operation of a centralized trouble call number to immediately receive, screen, approve, classify, coordinate and initiate Contractor responses to Trouble Calls (TCs), 24 hours per day, seven days a week; development of Annual Work Plans and 5-year Maintenance Plans; participation in review boards to provide status of contractor task order and baseline work to various KSC customers; outage coordination and processing support for assigned FSEU; facility management at designated key processing facilities and operational areas; and mission support and launch readiness management of infrastructure and support services in support of NASA, USAF and Commercial mission requirements. Engineering and Support Services Engineering and support services include system engineering and engineering services which require the qualifications of registered professional engineering in certain disciplines; configuration management on assigned FSEU; pressure vessel/systems management and certification; activation and turnover services; project management and design engineering services; construction support services which includes inspection services and shop support services to others; site planning and excavation support services which includes utility locating, surveying, Geographic Information System (GIS); real property accountability and facility space utilization functions. Institutional Logistics The logistics component consists of shipping and receiving, warehouse and storage, inventory management, intra-center transportation and delivery, property and equipment management for assigned assets, property disposal services for all Government property and materials located at KSC, vehicle management, and bus services. Section 3: Strategy Feedback: The potential contract value is expected to exceed $70M per year. Performance under this contract would commence no earlier than October 2018 with a total potential period of performance through September 2026, although currently not approved beyond 5 years. In order to support the Agency's ultimate decision on the BOSS period of performance, as well as any justification for a deviation to authorize a period of performance beyond five years, we are also seeking input from industry on their recommended overall period of performance for this type of work along with supporting rationale for any such recommendation. The Government anticipates a single award of a Firm Fixed-price contract with a Firm Fixed-price indefinite-delivery, indefinite quantity (IDIQ) component (reference FAR Part 16 Types of Contracts) to satisfy mission requirements. Please comment on the following items: 1. Optimal contract length for the proposed contract size and requested services. Please identify what investments and impediments you see with a period of performance beyond 5 years. 2. Feasibility of contractor provided general purpose vehicles recognizing that the current contract includes GSA vehicles that would need to be either turned in immediately or phased out. 3. Suggestions to reduce contractor risk and maximize Government value with providing requested services under a Firm Fixed-price contract and/or Firm Fixed-price IDIQ contract. Section 4: Preliminary Schedule: The preliminary acquisition schedule is provided below, subject to revision as requirements evolve. The Draft Request for Proposal (DRFP) is anticipated to be released on or about August 2017. Final RFP is anticipated to be released on or about October 2017. Section 5: Submission Information: Capability statements shall be submitted electronically to Kelly Boos by email, KSC-BOSS-Info@mail.nasa.gov, no later than April 10, 2017, 1:00 P.M. ET. Please reference NNK17619079L in any response. It is insufficient to provide only general brochures or generic information. Capability statements shall include company specific capabilities that are relevant to the requirements listed above. Responses may be utilized in formulating the Government's acquisition strategy and requirements. Responders should not submit proprietary/confidential information. All responses should be provided electronically in Microsoft Office compatible document format. Responses should not exceed 10 pages (format: 8.5" x 11," 12-point, Times New Roman font) and should reference NNK17619079L. Section 6: Disclaimer: 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. This sources sought notice 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. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK17619079L/listing.html)
- Place of Performance
- Address: Kennedy Space Center, Florida, 32899, United States
- Zip Code: 32899
- Zip Code: 32899
- Record
- SN04441113-W 20170322/170320234726-3dee8e0cb9b1daeeb93549f1e39f3e1f (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 |