SOURCES SOUGHT
Z -- Facilities And Operations Maintenance Support Services II (FOMSS II)
- Notice Date
- 2/2/2024 6:36:54 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA MARSHALL SPACE FLIGHT CENTER HUNTSVILLE AL 35812 USA
- ZIP Code
- 35812
- Solicitation Number
- MSFCPS30-PROC-23001
- Response Due
- 9/18/2023 2:00:00 PM
- Archive Date
- 10/03/2023
- Point of Contact
- Joseph R. Tynes, Phone: 2569610692, Darlene Greene, Phone: 2565442008
- E-Mail Address
-
joseph.r.tynes@nasa.gov, darlene.greene@nasa.gov
(joseph.r.tynes@nasa.gov, darlene.greene@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA)/Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for Facilities And Operations Maintenance Support Services II (FOMSS II).� The Contractor will provide operations and maintenance of all MSFC facilities and collateral equipment and other related functions as outlined in the description below and Attachment 1 Summarized Performance Work Statement.� These activities will emphasize supporting the missions of MSFC in a safe, reliable, and timely manner, with minimum disruptions to the facility occupants.� The overall goal regarding MSFC operations and maintenance is to attain maximum building and system availability at the lowest life cycle cost while meeting all standards for security, environmental health, safety, and MSFC mission requirements. NASA Procedural Requirement (NPR) 8831.2, �Facilities Maintenance and Operations Management,� will govern this activity. MSFC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for FOMSS II. �The Government reserves the right to consider a Small Business (SB), 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The Summarized Performance Work Statement is attached (Attachment 1). No solicitation exists and therefore cannot be provided at this time. If a solicitation is released, it will be synopsized on SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than five pages indicating the ability to perform all aspects of the effort. Responses are limited to five single-sided 8.5"" x 11"" pages with 1"" margins, and 12-point Times New Roman font.� Additionally, Attachment 2 Capability Matrix should not exceed 10 pages.� Finally, information provided in support of Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government should not exceed five pages.� Therefore, the total submission should not exceeed 20 pages.�������������������������������������������������������������������������������������� The capabilities statement must include, at a minimum: 1. Company Information/Socio-Economic Status � a. Provide business name, address, Unique Entity ID (UEI), Data Universal Numbering Systems (DUNS) number, Commercial and Government Entity (CAGE) code, and the POC information (name, email address and telephone). b. Provide business size under NAICS 561210 � Facilities Support Services.�� c. Indicate whether your company, subcontractors, teaming partners, and/or joint ventures have a Federal Socio-Economic status for the aforementioned NAICS code (e.g., SB, SD-VOSB, VOSB, WOSB, Small-Disadvantaged Business, HUBZone). d. The Government is also determining the suitability of a General Services Administration (GSA) Federal Supply Schedule solution to this requirement. Interested firms should provide information on any GSA schedule(s) that they currently have in their response. 2. Background/Past Experience �� Describe your organization�s experience providing the requirement. a.� Provide a brief narrative on the firm�s experience providing services similar to those described in the attached Summarized Performance Work Statement. b.� The name, address, customer, and value. c.� The prime contract type (e.g., firm fixed-price, cost reimbursement, time and material). d.� Your company�s role and services provided. e.� Number of years in business. 3.� Capabilities/Qualifications � Overview of proposed solution(s). Include a description of the capabilities/qualifications/skills your company possesses for each of the below statements: a.� Assessment of capabilities to perform requirements noted in this sources sought. b.� Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research. c.� Identification of effective innovative approaches and best practices implemented by your firm on similar projects to those outlined in the Summarized Performance Work Statement that may provide efficiencies for the MSFC facilities program moving forward. Interested parties shall also provide a completed copy of Attachment 2, Capability Matrix, in their response. FOMSS II is considered to be a commercial service in accordance with FAR 2.101.� Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement? Responses to this RFI/sources sought must be submitted in writing via email. Oral communications are not acceptable in response to this notice. Proprietary information should be marked accordingly.� All responses shall be submitted electronically via email Contracting Officer Joseph R. Tynes @ joseph.r.tynes@nasa.gov no later than 4:00 p.m., Central Time, September 15, 2023.� Please reference MSFCPS30-PROC-23001 - Facilities And Operations Maintenance Support Services II (FOMSS II) in any response.� This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation. � Attachments: Attachment 1 Summarized Performance Work Statement Attachment 2 Capability Matrix
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f5cbb7f48113470aa81c516317fc8159/view)
- Place of Performance
- Address: Huntsville, AL 35812, USA
- Zip Code: 35812
- Country: USA
- Zip Code: 35812
- Record
- SN06954113-F 20240204/240202230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |