Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1998 PSA#2171

NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218, Wallops Island, VA 23337

Z -- FACILITY AND PROGRAMMATIC OPERATION SERVICES AT THE GODDARD SPACE FLIGHT CENTER'S WALLOPS FLIGHT FACILITY DUE 091898 POC Caroline Massey, Contracting Officer, Phone (757)824-1959, Fax (757)824-1974, Email Caroline.R.Massey.1@gsfc.nasa.gov -- Bernie Pagliaro, Contracting Officer, Phone (301)286-7464, Fax (301)286-0247, Email Bernard.J.Pagliaro.1@gsfc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/GSFC/date.html#WFFCONSOL-605. E-MAIL: Caroline Massey, Caroline.R.Massey.1@gsfc.nasa.gov. The NASA, Goddard Space Flight Center's Wallops Flight Facility (WFF) is soliciting potential sources and industry input for the consolidation of facility operation services and programmatic contract support requirements at the WFF. The Government's goal is to consolidate existing multiple contract support services at the WFF, that will not be provided by the anticipated Consolidated Space Operations Contract (CSOC), the NASA Sounding Rocket Operations Contract (NSROC), the National Scientific Balloon Program and Facility Contract, and the Outsourcing Desktop Initiative for NASA (ODIN) contract, into one or more new performance based contracts. NASA's concept for this activity is to reduce management and administrative redundancies, and for contractors to make continuous improvements for greater efficiency while maintaining a high level of facility and programmatic operations for NASA, tenant organizations, and customers at the WFF. The goal of this activity is to create responsive and effective contract structures which align industry's abilties and incentives with NASA's goals for the the successful implementation of Goddard Space Flight Center's Wallops Mission 2000 plan. The types of functions NASA is considering for this activity include facility operational services such as facility maintenance, minor construction, construction of facilties, grounds maintenance, custodial services, fire and security protection, and logistics. The effort will also consider WFF programmatic technical support requirements for programs such as: the environmental program; the aircraft program; the WFF test range and mission management; ground and flight safety; and orbital projects such as Spartan and shuttle small payloads. Interested offerors/vendors having the required specialized capabilities to meet any of the above types of requirements should submit a capability and concept statement of 15 pages or less indicating their ability to perform any aspect of the efforts described herein and their overall concept. For theconcept portion, the Government is interested in the types of services which should be consolidated into one or more contracts for the greatest efficiency, contract type and configuration, performance based features, incentive and cost savings features, and benchmark information from the company's previous experience in consolidation efforts. The Government is particularly interested in the participation of small, small disadvantaged, women owned, and 8(a) firms capable of performing the work due to the significant subcontracting opportunities this effort may provide. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Please also advise the Government if any of the the requirements are considered to be a commercial or commercial-type service. A commercial item is defined in Internet "Note A". After the receipt of responses to this notice, the Government may, at its discretion, choose some respondents for one-on-one meetings with the Government to further discuss or clarify concepts for this effort as part of the Government's planning and market research process. All responses shall be submitted to Contracting Officer, Caroline R. Massey, Code 218 no later than September 18, 1998. In responding reference WFF CONSOL-605. Any referenced notes can be viewed at the following URL: http://nasanotes.htm. This synopsis is for information and planning purposes 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Posted 08/28/98 (D-SN243426). (0240)

Loren Data Corp. http://www.ld.com (SYN# 0174 19980901\Z-0018.SOL)


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