Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2024 SAM #8265
SOURCES SOUGHT

Z -- Spaceport Operations and Center Services (SOCS)

Notice Date
7/12/2024 7:03:10 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC023K0024
 
Response Due
6/24/2024 8:59:00 PM
 
Archive Date
08/30/2024
 
Point of Contact
Daniel Hinsley
 
E-Mail Address
ksc-socs-info@mail.nasa.gov
(ksc-socs-info@mail.nasa.gov)
 
Description
05/28/2024 - Update The purpose of this notice is to post Controlled Unclassified Information (CUI) documents (DRFP 80KSC023R0024 SOCS CUI Documents - Portfolio) to sam.gov.� 05/24/2024 - Update The purpose of this notice is to post the Draft Request for Proposal (DRFP) for Spaceport Operations and Center Services (SOCS). Potential Offerors are requested to review and comment on the DRFP. Refer to the memorandum to potential Offerors within the portfolio, �DRFP 80KSC023R0024 Solicitation� for more information. This notice is not a request for proposal (RFP). No proposals are to be submitted in response to this notice. No RFP exists; therefore, do not request a copy of the RFP. Any subsequent RFP will be synopsized prior to its release and published on https://sam.gov. It is the Offeror�s responsibility to monitor this site for the release of the RFP and any amendments. Offerors are responsible for downloading their own copy of the RFP and any amendments, when released.? For planning purposes, the Government anticipates: RFP release: On or about July 29, 2024 �� Proposal due date: On or about September 27, 2024 �� Contract award: On or about June 10, 2025 Contract start: October 1, 2025 The Government anticipates hosting the following industry engagement opportunities: Virtual DRFP overview: On or about May 31, 2024 Presolicitation conference and on-site tour: June 2024 Virtual one-on-ones with interested prime Offerors: June 2024 Additional information and registration instructions for the above industry engagement opportunities will be available on the SOCS website at: https://public.ksc.nasa.gov/socs/. The SOCS Bidders Library of technical documents, reference documents, historical information, and other workload indicator data can be accessed at the above link. Controlled documents will be posted on https://sam.gov.� 03/13/2024 - Update The purpose of this notice is to correct the SOCS email address:�ksc-socs-info@mail.nasa.gov. 03/07/2024 - Update In preparation for communicating SOCS requirements, a preliminary schedule and bidder�s library is now available. For planning purposes, the Contracting Officer anticipates: Draft solicitation release: Mid-April 2024 Solicitation release: Mid-June 2024 Proposal due date: Late-August 2024 Contract award: No earlier than Q1 2025 Contract start: October 2025 This preliminary schedule is provided for planning purposes only and shall not be construed as a commitment by the Government. As of this date, no solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on https://sam.gov/. Interested firms are responsible for monitoring this website for release of any solicitation or synopsis. Interested firms may access the SOCS Bidders Library of uncontrolled technical documents, including historical data and other information, via https://public.ksc.nasa.gov/socs/. Controlled documents will be available within this notice. Interested firms are responsible for monitoring these sites for any new or revised documents. To facilitate subcontracting, the Contracting Officer encourages interested firms to register on the Interested Vendors List available with this notice. Reference to the Interested Vendors List is neither an endorsement nor representative of a preference, by NASA, for any of the listed companies. The Contracting Officer intends to update this notice to announce future industry engagement opportunities with the SOCS Requirements Development Team/Source Evaluation Board (e.g. one-on-one meetings, site visits, presolicitation and preproposal conferences). 09/11/2023 - Update On August 23, 2023, NASA/KSC issued sources sought notice 80KSC023K0024, which solicited information from potential sources capable of providing spaceport operations and facilities support services under a contemplated SOCS contract.� The purpose of this update is to extend the response date for capability statements and strategy feedback to September 14, 2023, and to advise that NASA/KSC will provide interested parties an opportunity to meet with the SOCS Requirements Development Team. The purpose of one-on-one meetings is to provide an opportunity for interested parties to elaborate on any comments and recommendations to Section 4, Strategy Feedback, of the notice, to enhance the NASA/KSC�s understanding of industry feedback and capabilities. NASA/KSC invites respondents to contact the contracting officer via email not later than September 21, 2023, to schedule a one-on-one meeting. Meetings will take place from 9 a.m. to 5 p.m. ET, starting the week of September 25, 2023, via conference call or Microsoft Teams. Meetings will not exceed 30 minutes in length. You are requested to provide the names and title of each individual who will attend (to include your respective contract manager(s) or administrator(s)). SECTION 1: INTRODUCTION The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby soliciting information from potential sources capable of providing spaceport operations and facilities support services, including managing facilities, infrastructure, and utilities primarily at KSC and Cape Canaveral Space Force Station (CCSFS); coordinating the use of various facilities by NASA and other spaceport users; and providing logistics services under a single Spaceport Operations and Center Services (SOCS) contract. The SOCS contract will succeed KSC�s Base Operations and Spaceport Services, or BOSS, contract; however, complete requirements under the performance work statement are to be defined. Requirements contemplated under the SOCS contract include, but are not limited to, the following, which are based on the best information available at the time of publication and is subject to revision:� Maintenance and operations of facilities, systems, equipment, and utilities (FSEU) Management of an integrated operations center to include work control Engineering and related support services Center logistics services Other services Each area is summarized in Section 2. The SOCS contract is expected to support over 30 customers, including NASA, the United States Space Force, other government agencies, and commercial customers, across approximately 220 square miles, primarily at KSC, Florida, and CCSFS, Florida. Performance under the SOCS contract is anticipated to commence no earlier than April 2025. NASA KSC is seeking capability statements from all interested parties, including all socioeconomic categories of small businesses and Historically Black Colleges and Universities/Minority Institutions, 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 the SOCS acquisition. The Government reserves the right to consider a small business, 8(a) small business, women-owned small business, veteran-owned or service-disabled veteran-owned small business, economically disadvantaged women-owned small business, or historically underutilized business zone set-aside based on responses received. Interested companies possessing capabilities relevant to the requirements contemplated in Section 2 should submit a capability statement of no more than 10 pages and no greater than 3MB, indicating the ability to perform all aspects of the effort. A page is defined as one side of a sheet, 8 1/2"" x 11"", with at least 1-inch margins on all sides, using not smaller than 12-point type. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages. Responses must be submitted electronically in portable document format (PDF) with searchable text. The capability statement should include: Company�s name, address, and a point of contact (name, title, and e-mail address) Unique entity identifier and Commercial and Government Entity (CAGE) code Number of years in business, annual receipts, and the period of measurement used (see 13 CFR 121.104(c)) Company�s size and socioeconomic status under NAICS 561210, Facilities Support Services, with a size standard of $47 million Ownership, affiliate information (as applicable) including parent company and joint venture partners Interest as a prime or subcontractor Company�s specific capabilities that are relevant to the requirements contemplated in Section 2. It is not sufficient to provide brochures or generic information. Capability statements must include the company�s specific area(s) of interest, as well as reference to any contracts performed during the last five years that are applicable to those areas. For each contract, identify the contract number, agency or customer, period of performance, the company�s role (i.e., prime or subcontractor), and contract or subcontract value. Statement indicating whether the requirements contemplated in Section 2 are considered commercial services. A commercial service is defined in FAR 2.101. The Government has enabled the interested vendor list feature for this notice. SECTION 2: SERVICES/SCOPE Maintenance and Operations: Maintenance includes performing preventive maintenance (PM), predictive testing and inspection (PT&I), reliability centered maintenance (RCM), condition-based maintenance (CBM), and tiered maintenance (see NASA Interim Directive (NID) 8831 at https://nodis3.gsfc.nasa.gov/main_lib.cfm) on assigned FSEU in approximately 900 facilities of varying complexity, as well as repairs and replacement. Assigned FSEU includes, but is not limited to, high voltage/medium voltage power; low voltage power; electronic security systems; traffic signaling systems; oxygen deficiency monitoring systems; fire alarm systems; fire suppression systems; Heating Ventilation and Air Conditioning (HVAC) and compressed air systems; elevators and chairlifts; plumbing; water distribution; wastewater collection and pre-treatment; stormwater infrastructure; facility interiors and exteriors; structures and towers; transportation infrastructure; landfill, borrow pit, and disposal services; heavy equipment; and various control and monitoring systems. Operations include those recurring activities required to maintain a facility so that it can reliably perform its intended function, but which are not considered PM, repairs, PT&I, RCM, CBM, and tiered maintenance. 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 equipment set points, resetting and restarting equipment, isolating and returning equipment to service, recording equipment status, monitoring generators and replenishing fuel levels, and hurricane preparation activities. Operations also encompass control and monitoring systems, which include system-specific control systems such as 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 (BAS), which monitor and control HVAC equipment and monitor environmental conditions in unique processing facilities. Integrated Operations Center (IOC) and Work Control: Operation of an on-site IOC, 24 hours a day, 7 days a week, to proactively coordinate, deconflict, integrate, and track planned and scheduled operations for all Spaceport customers. Planned and scheduled events are managed using a diverse suite of software integration tools to enable coordination among the Spaceport. Work control is another function within the IOC and encompasses workflow management, categorization, prioritization, and documentation of all work requests utilizing a computerized maintenance management system (i.e., Maximo); operation of a centralized trouble call system to immediately receive, screen, approve, classify, coordinate, and initiate responses to trouble calls; mission operations integration with Spaceport contractors; and launch readiness management. Engineering and Related Support Services: Engineering and related support services include system engineering and engineering services which require the qualifications of registered professional engineering; environmental regulatory compliance for managed facilities and operations; configuration management on assigned FSEU; activation and turnover services; project management and design engineering services; construction support services, which include inspection services and coordination of shop support services; site planning and excavation support services, which include utility locating, surveying, Geographic Information System (GIS); and real property accountability and facility space utilization functions. Center Logistics: Logistics services are comprised of supply and materials management, equipment management, disposal management, and transportation management. Supply and materials management including shipping and receiving, cataloging, supply record administration utilizing internal NASA property systems, warehousing, supply inventory management, physical inventory management, spare parts inventory analysis, material storage and issue, and office supply program management. Equipment management including shipping and receiving, cataloging, classification and control, equipment tagging, equipment record administration utilizing internal NASA property systems, warehousing, annual physical inventory management at KSC and Vandenberg Space Force Base, and custodial property responsibilities for installation accountable government property assigned under this contract. Disposal management including disposal processing for all government property at KSC, reutilization of government property, disposal inventory management, disposal record administration utilizing internal NASA property systems, property screening activities and disposal warehouse management. Transportation management including vehicle management, heavy equipment management, fuel services management, Intra-center transportation and delivery, bus services, outbound domestic and international freight/shipping services, and packing and crating services. Other Services: Other requirements contemplated under the SOCS contract include construction (typically under $1 million per task), facility system launch readiness and mission support, and event support (e.g., event layout and design, event management, crowd control, traffic flow, transportation, event set-up and take down). SECTION 3: STRATEGY FEEDBACK Provide feedback with supporting rationale for the items discussed below. The feedback may be used as research information to support the SOCS contract requirements or acquisition strategy development and is excluded from the page limitation identified in Section 1. Period of performance: Performance under the SOCS contract will commence no earlier than April 2025, with a potential contract length of approximately 5 to 10 years, although currently not approved beyond 5 years. To support NASA�s decision on the period of performance, provide a recommended period of performance for the SOCS contract, including the benefits or risks of a period of performance greater than 5 years. Pricing approach: Provide recommendations with supporting rationale regarding the method of pricing (e.g., unit or category pricing, unit pricing by estimated cost ranges, or other) for unscheduled maintenance (i.e., trouble calls, repairs, and service requests) for unpredictable but essential activities ranging from simple tasks such as replacing stained ceiling tiles, fixing a slow-draining sink, or restriping a parking lot, to more complex tasks such as replacing a 480-volt uninterrupted power supply or repairing a drawbridge. KSC averages approximately 700 trouble calls, 300 repairs, and 300 service requests per month of varying complexities.� Provide recommendations with supporting rationale for the method of pricing for known, defined, and recurring requirements (e.g., scheduled maintenance). KSC averages approximately 1,600 PM and PT&I work orders (combined total) per month. Contract type: Identify and describe the contract type(s) considered appropriate for the SOCS contract that minimizes resources and administrative burden on both the contractor and Government, and possible contract incentives to motivate exceptional performance. Small business utilization: Provide feedback related to possible small business subcontracting opportunities, given the possibility this action may be competed on an unrestricted basis. What challenges and opportunities should NASA consider to maximize opportunities for small business concerns? If applicable, this feedback would be used as research to support the analysis and development of subcontracting goals. Requirements: Provide feedback and recommendations, including the advantages, disadvantages, and risks on the feasibility of contracting separately for one or more of the areas identified in Section 2. SECTION 4: SUBMISSION INFORMATION All responses shall be submitted electronically via email to the primary point of contact identified below no later than September 11, 2023. Reference 80KSC023K0024 in any response. SECTION 5: EXECUTIVE ORDER (EO) 13985 In support of the 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 (which is separate from capability statements requirements specified above and not subject to page limitation specified in Section 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? 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? What other recommendations would you make to enhance diversity and inclusion?� What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in the performance of this requirement? SECTION 6: OTHER 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.� No solicitation exists; therefore, do not request a copy of the solicitation. 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. NASA FAR Supplement clause 1852.215-84, Ombudsman, is applicable. The Procurement Ombudsman for this acquisition can be found at (reference Institutional Product Service Line Contract Activity: Facilities O&M): https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64ae9d1d5fbb4aa99e896d9e4764ea7d/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN07127206-F 20240714/240712230115 (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 |
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.