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