|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1998 PSA#2238NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 M -- SOURCES SOUGHT SYNOPSIS DRAFT-PLUM BROOK OPERATIONS POC Deborah
A. Drossis, Contracting Officer, Phone (216) 433-2751, Fax (216)
433-5489, Email Deborah.A.Drossis@lerc.nasa.gov WEB: Click here for the
latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#PLUMBROOK. E-MAIL: Deborah A.
Drossis, Deborah.A.Drossis@lerc.nasa.gov. SOURCES SOUGHT SYNOPSIS DRAFT
PLUM BROOK OPERATIONS CONTRACT (Consolidation of two existing
contracts) The NASA Lewis Research Center, Cleveland, Ohio, is seeking
qualified small businesses and/or small disadvantaged businesses,
which also includes those that are women-owned and/or 8(a) firms,
capable of performing work for a follow-on procurement, which will
combine the following two existing contracts: NAS3 -26951,
Institutional Support Services [Operation and maintenance of the basic
institution which consists of several buildings, various above ground
and below ground utilities, 6,400 acres of land, and various support
services. Types of services include industrial safety and health;
environmental compliance; chemical analysis; plant protection; facility
operations, maintenance and repair; monitoring and maintenance of a
shutdown, defueled nuclear reactor facility; shipping, receiving and
warehousing; janitorial and refuse collection; grounds maintenance;
equipment and vehicle repair; steam system operation for test
facilities; procurement; and clerical and library support.] NAS3-27345,
Test Site Services [Operation and maintenance of four aerospace
research facilities (three space environmental chambers and one wind
tunnel); project engineering and management related to test programs
being conducted in the Plum Brook test facilities; design engineering,
drafting, and computer network services.] Continuing our consolidation
efforts in a Performance-Based Contracting environment, this follow-on
contract will encompass all the activities currently provided by the
two existing contracts and will be known as the Plum Brook Operations
Contract. It will be a Performance Based contract. In general, the
prospective contractor will be required to provide all necessary
on-site administration, management, operations, engineering, design,
and maintenance, as well as some materials, tools, transportation and
equipment to support this contract. (Note: Some materials, tools,
transportation and equipment will be supplied by the government and
will be specified as "Government Furnished Equipment" in the Request
for Proposal.) While maintaining an on-site work force, the contractor
will also have to provide emergency call-in personnel during
off-hours. Historically, the staffing level has ranged from 100 to 160
full-time employees. The successful contractor will also need to
obtain a line of credit or other financing in excess of $400,000. The
contractor shall operate and maintain the facility and utility systems
in support of the NRC license, storage and warehousing, environmental
compliance, and aerospace testing. The contractor shall also ensure
that the four test facilities operate as designed and are available and
capable of safely, efficiently, and effectively supporting the testing
activities undertaken by NASA. Examples of the type of institutional
services required by this contract are: roads and grounds maintenance;
janitorial; plant protection; shipping and receiving; records
management; storage and warehousing; purchasing; clerical; and vehicle
maintenance. Examples of the types of utility system operations and
maintenance are: HVAC systems; raw and domestic water systems; high and
low voltage electrical systems; natural gas systems; and sanitary and
storm sewer systems. The types of service required at the test
facilities are: providing test program documentation which includes
test plans, requirements documents, cost estimates, hazards analyses,
test data acquisition, and configuration control. providing test
operation support which includes design, installation, and removal of
test hardware; inspection; system checkout and operation. providing
test facility upgrades which includes assembly, installation, repair
modification, checkout, and inspection. providing test operation
expertise which includes trouble shooting and engineering analyses. The
types of expertise needed to operate the facilities at Plum Brook
include instrumentation and controls, cryogenics, high pressure system
operation, high pressure boiler operations, handling of hydrogen and
oxygen systems, facility checkout and operation, vacuum system
operation, hypersonics, and Nuclear Regulatory Commission regulations
applicable to a shutdown nuclear reactor in safe protected storage.
Please note that no solicitation exists at this time; therefore, do NOT
request a copy. If a solicitation is issued, a synopsis may be found in
the CBD and on the NASA Acquisition Internet Service. It is not
anticipated to be released until after January 1999. Potential offerors
should monitor these sites for release of any solicitation or synopsis.
In order to ascertain the method of procurement for the services
outlined above, qualified small businesses, small disadvantaged, 8(a)
and women-owned small businesses are invited to submit a "capability
statement" to the NASA Lewis Research Center. Information to be
provided must include, but is not limited to, name and address of firm;
size of business; average annual revenue for the past 3 years; number
of employees, ownership and whether they are small, small
disadvantaged, 8(a) and/or woman-owned; number of years in business;
affiliate information such as parent company or teaming partners;
potential services to be subcontracted, if any; and list of customers
(government and non-government) covering the past 5 years (highlighting
relevant work performed, contract numbers, contract type, dollar value
of each procurement, and points of contact/addresses/and phone
numbers). Detailing all relevant technical qualifications, interested
firms should also include in their capability statements demonstrative
information relative to past performance and experience in managing a
large workforce and performing work similar to the technical
requirements of this procurement, as described above. Interested firms
should also demonstrate their ability to finance a large service
contract, particularly as this applies to the required financing cited
above. Capability statements should be no longer than 10 pages in
length. The proposed Standard Industrial Classification (SIC) Code for
this follow-on procurement is 8744 with a size standard of $20
million. Interested firms should submit their capability statements to
NASA-Lewis Research Center, Attn: Deborah Drossis, 21000 Brookpark
Road, Mail Stop 500-312, Cleveland, Ohio 44135. [Telephone
216-433-2751] Al l inquiries should be made to Ms. Drossis. Capability
Statements should be submitted no later than December 31 1998.
Capability Statements received after this date may not be considered.
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. Respondents will not be
notified of the results of the evaluation. Please note that the NASA
Lewis Research Center has not yet made a decision as to whether this
procurement will be set aside and that it reserves the right to
determine the appropriate method of procuring Posted 12/07/98
(D-SN277715). (0341) Loren Data Corp. http://www.ld.com (SYN# 0036 19981209\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|