Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704

NASA/Goddard Space Flight Center (GSFC), Wallops Flight Facility (WFF), Wallops Island, VA 23337

Z -- FACILITIES OPERATION AND MAINTENANCE AND MINOR CONSTRUCTION AT NASA GSFC/WFF, WALLOPS ISLAND, VA. SOL RFC5-51368-618 DUE 103196 POC Wilma S. Mooney, Contract Specialist, 757-824-1607, wilma.s.mooney.1@gsfc.nasa.gov, James L. Mitchell, Contracting Officer, 757-824-1067, james.l.mitchell.1@gsfc.nasa.gov. The following is a Request for Comment (RFC) -- This synopsis is for information and planning purposes only and does not constitute a Request for Proposal -- This procurement is for the Facilities Operation and Maintenance (O/M) and Minor Construction at GSFC/Wallops Flight Facility -- This procurement is a 100% Small Business Set-Aside with a SIC Code of 8744 and a Small Business Size Criteria of $20 Million -- The contractor shall provide services for the facilities operation and maintenance (O/M) of all GSFC/WFF facilities and equipment, including air conditioning and refrigeration, ground water remediation, aviation fuel farms, utility servives, electrical distribution systems, central steam generating, water and wastewater plants and connecting distribution systems, independent boilers and furnaces, personnel and equipment elevators and lifting devices, and obstruction lights. In addition, the services will require non-routine minor construction of existing utility systems, buildings, and equipment, related to WFF activities. The contractor will also be responsible for the removal, handling, packaging, and storing of certain hazardous materials encountered in the performance of work under the proposed contract. -- The period of performance will be a 1-year base period with four 1-year option periods -- GSFC/WFF is changing to performance based contracting -- The purpose of the RFC is to afford industry an opportunity to comment on any perceived issues with regard to the impact of Performance Based Contracting and to allow the Government to receive the benefit of industry comments -- The Government's purpose in providing an opportunity for industry comment is to identify potential problem areas, and provide alternative recommendations in order to enhance the success of this initiative -- The Government believes industry feedback is important, and is receptive to any and all ideas from industry which would result in eliminating constraining requirements, realizing cost savings, or highlighting potential technical or contractual problem areas associated with this initiative -- Any comments provided should not be viewed as a vehicle for presenting a specific approach or product intended to be proposed but as an opportunity to improve the final solicitation package -- Comments are currently solicitated regarding the following: (1) Based on decreasing budgets and a need to maintain facilities and services at prior fiscal year levels, GSFC/WFF anticipates the award of a Cost-plus-award-fee (CPAF) ''Performance Based'' Contract with a cost cap for all Contractor furnished vehicles and a ceiling rate for OH & G&A. All non-routine work will be ordered by the Contracting Officer by individually estimated task orders. (2) Significant emphasis will be afforded to past performance in providing base maintenance mission services as an evaluation criterion in determining award. (3) GSFC/WFF will require the eventual awardee to provide comprehensive mission services, including the ability to respond appropriately to emergency situations. (4) GSFC/WFF has attached a draft request for proposal, including historical data. This data is from the current CPAF Level-of-Effort (LOE) contract and shall in no way influence any innovative ways of accomplishing the work under this performance based conversion, contract type, and period of performance. (5) Data Requirements and other referenced attachments are also provided. (6) Comments regarding performance based conversion, contract type, and period of performance are sought -- Comments, whether supportive or critical, are earnestly solicited regarding every aspect of the proposed initiative -- Replies are not mandatory -- The use of comments received from industry to complete the final resulting solicitation documents will be at the discretion of GSFC/WFF -- Any subsequent solicitations will be synopsized prior to its release -- The Government will not critique a potential offeror's comments and the RFC should not be used by offerors to market their products/ services -- The Government does not intend to pay for the information solicited and will not recognize any costs associated with the submission in response to the RFC -- Proprietary information is not being solicited -- Information considered to be proprietary, if any, should be identified as such -- Response to this synopsis must be submitted in writing to the Contracting Officer at the above address no later than 10/31/96. The DRAFT RFP for the FACILITIES O/M AND MINOR CONSTRUCTION will be available through NASA Acquisition Internet Services (NAIS) for downloading from GSFC. The documents will be in Rich Text Format (RTF) and Word Perfect 6.1 format and reside on the World-Wide Web server, which may be accessed using client browsers, such as MOSAIC, Netscape, etc. The WWW address, or URL, of the GSFC Procurement Office home page is : ''http://procure.gsfc.nasa.gov''. Electronic versions of the documents will be provided on the World Wide Web at http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to genesis.gsfc.nasa.gov/public/web/solicita. See Numbered Note(s): 1. (0291)

Loren Data Corp. http://www.ld.com (SYN# 0123 19961018\Z-0014.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page