Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1998 PSA#2074

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

J -- FACILITIES AND EQUIPMENT SUPPORT SERVICES DUE 042798 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov -- Robert L. Fixx, Technical Assistant, Phone (757) 864-6292, Fax (757) 864-8856, Email r.l.fixx@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#SS285. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources to provide Facility and Equipment Support Services (FESS). Services include maintaining all institutional and research facilities at LaRC and their related support equipment. No solicitation yet exists; therefore, do not request a copy of the solicitation. (In fact, since both the draft and the final RFP will be posted on the NASA Acquisition Internet Service as downloadable documents, NO hard copy distribution of the solicitation is planned.) Task areas include engineering and construction services; certain energy and environment tasks; oxygen and ultrasonic cleaning and refurbishment; corrosion control and coating services; rigging and hauling services; calibration, testing and component verification; industrial instrumentation services; building and structures maintenance and repair; heating, ventilation air conditioning (HVAC) and refrigeration maintenance and repair; high and low voltage electrical distribution systems maintenance and repair; operation, maintenance, and repair of the central steam generating plant and distribution system; fire protection and life safety system maintenance and repair; elevator maintenance and repair; roads and other surfaced areas maintenance and repair; maintenance and repair of built-in cranes, hoists, monorails, and lifting devices operations, maintenance, and repair; potable water distribution system maintenance and repair; maintenance and repair of wastewater collection system; maintenance and repair of research facility mechanical, electrical, and fluid systems; and research facility support systems operations. In addition, industrial type equipment such as wind tunnel drive systems, large systems for the compression of air, gas, and liquid, complex machinery, and hydraulic systems will be maintained. There are some 24,000 articles of equipment maintained at Langley, including facility support equipment normally found in institutional type buildings. In addition, other equipment is maintained which is unique to research test facilities. A listing and descriptions of the major research facilities at Langley Research Center can be found at the Center s web site (www.larc.nasa.gov). On the main page, click on Research Facilities . The Contractor will also be responsible for the operation and maintenance of Langley s Energy Monitoring and Control System (EMCS), which consists of host computers that have the ability to provide a manned interface for monitoring and controlling remote systems. Additionally, the Contractor will provide industrial instrumentation services, which will include the maintenance, repair, calibration, and installation of industrial equipment such as electronic controls, recorders, digital indicators, and measuring systems. LaRC comprises institutional and research facilities located in two areas which are approximately three miles apart. The West Area contains the major portion of the Center with the great majority of the facilities located there. The earliest facility on the West Area was built in 1940. The buildings are generally two to three stories high, of permanent construction using brick, concrete, steel, and masonry block, and are well maintained. Streets and parking lots are paved, curbed, marked, and well maintained. The East Area is located on land leased from Langley Air Force Base. It is the original 1917 portion of LaRC and contains 5 NASA research facilities. Structures in the East Area occupied by NASA are older buildings, primarily consisting of wind tunnels, test model preparation shops and supporting facilities, such as offices, compressor stations and substations. The LaRC complex includes over 40 major research facilities, and support facilities. In addition, there are some 100 trailers. Additional information pertaining to the physical layout of LaRC can be found on the Center s web site (www.larc.nasa.gov). The expected period of performance for the resulting contract is 5 years, including a 1-year initial period, and four 1-year options. A performance based contract of a firm-fixed-price/fixed-price indefinite quantity type is expected. The Standard Industrial Classification (SIC) Code for this procurement is 8744, with a size standard of $20 million in average annual sales in the preceding three fiscal years. The Government intends to use responses to this synopsis to aid in its decision regarding set-asides and/or small business/small disadvantaged business subcontracting goals. These decisions have not yet been made. Interested sources, including potential subcontractors, should provide a brief capability statement to the Point of Contact listed below. The statement should include the following: (1) name, address, contact, telephone number, and e-mail address, for your firm; (2) size of business; average annual revenue for past 3 years and number of employees, (3) ownership: Large, Small, Small Disadvantaged, 8(a) and/or Woman-Owned, (4) number of years in business, (5) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime), (6) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value of contract, and customer reference name and phone number. LaRC intends to issue a draft Request for Proposal in June of 1999. The Government intends to conduct a comprehensive site visit for offerors which intend to propose on this solicitation. The intent is to conduct this site visit about 2 weeks after release of the draft RFP. We invite your suggestions to aide us in planning a meaningful site visit for this procurement (e.g., length, facilities to be visited, etc.) 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. Closing date for receipt of capability statements is 14 days from the date of publication of this announcement. In responding reference SS285. Any referenced numbered notes can be reviewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm (0103)

Loren Data Corp. http://www.ld.com (SYN# 0046 19980415\J-0003.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page