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