Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1998 PSA#2238

NASA/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