Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5, 2001 PSA #2991
SOLICITATIONS

Z -- FACILITIES SUPPORT SERVICES

Notice Date
December 3, 2001
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
ZIP Code
94035-1000
Solicitation Number
RFI2-36501
Response Due
January 18, 2002
Point of Contact
Rhonda O. Baker, Contracting Officer, Phone (650) 604-5631, Fax (650) 604-4646, Email rbaker@mail.arc.nasa.gov
E-Mail Address
Rhonda O. Baker (rbaker@mail.arc.nasa.gov)
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. IT IS A REQUEST FOR INFORMATION (RFI). NASA-Ames Research Center is planning to acquire Facilities Maintenance Services. Sources sought to provide facilities maintenance primarily at NASA Ames Research Center complex at Moffett Field, California. Facilities Maintenance includes, but not limited to: Planning and implementation of a comprehensive maintenance program covering electrical, mechanical, plumbing, pipefitting, utility services, heating, ventilating, air conditioning, and refrigeration (HVAC/R) services, environmental services, engineering, and building trade services. The Contractor will be required to determine what should be maintained, the appropriate level of maintenance, performance of the maintenance tasks, measurement of the effectiveness of maintenance to determine adequacy of the program, and redesign of portions of the program to assist in achieving effective results. Critical to this process will be the ability to apply modern maintenance management techniques such as Reliability Centered Maintenance strategies to determine the optimum mix of preventive, predictive, reactive, and proactive maintenance practices. Another important responsibility will be the operation and maintenance of automated Government systems for planning and management of the maintenance process. The successful offeror will provide all management, personnel, tools, equipment, replacement parts and materials to perform these services. Some existing equipment will be available to the offeror. The performance period will be for five years, including a two-year base period and three, one-year options. A performance-based, fixed price, indefinite delivery indefinite quantity type contract is anticipated. The estimated magnitude of the requirement is $7 to $15 million per year. The North American Industry Classification System (NAICS) code is 561210, Facilities Support Services. Interested sources should provide a capability statement to the address below. This statement should include the following: 1) Name and address of the firm. 2) Size of business including annual revenue for NAICS code 561210 and entire business, and total number of employees for the past 3 years. 3) Ownership, i.e. large/small/small disadvantaged/8a/HUBZone, or woman-owned. 4) Year firm established. 5) Affiliate information: Parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). 6) Names of two principals to contact; including titles and telephone numbers. 7) Previous Experience: Please include information for on-going contracts or contracts completed within the last five years under NAICS code 561210, Facilities Support Services. Pertinent information required is as follows: A. Name of Contracting Activity. B. Contract Number. C. Contract Type (Firm Fixed Price, Cost Plus, Indefinite Quantity, or combination). D. Period of Performance and Total Contract Value (Actuals for past contracts). E. Summary of Contract Work. F. Contracting Officer s Name and Telephone Number. G. Contracting Officer s Technical Representative or Primary Point of Contact (Name and Telephone Number). H. List of Major Subcontractors including Name, Address, and Telephone Number of primary point of contact. 8) Provide information in the following areas: A. Discuss your ability to effectively use, operate, and maintain a Government furnished Computerized Maintenance Management System (CMMS). B. Discuss your ability to effectively use, operate, and maintain a Government furnished facility automation system over a large network monitoring approximately 120 buildings in a combination airfield and research laboratory environment. C. Discuss your capabilities in operating and managing a Service Call Center, Customer Service Center or Trouble Call Desk. D. Based on your experience, assess the degree to which Reliability Centered Maintenance (RCM) concepts are in place or are being implemented and integrated into a maintenance program by your company. E. Discuss your experience in using modern Predictive Testing and Inspection (PT&I) technology and equipment. What is the extent of your knowledge and usage of PT&I technologies in assessing or analyzing plant equipment? F. Discuss your knowledge, understanding, and compliance with Federal, State, and local regulations and policies pertaining to environmental health and safety issues and concerns in implementing a maintenance program. Please limit your response to no more than 20 pages total. The font should be no smaller than 12 pt. A page is defined as one single-side. Your capability statement is requested by JANUARY 18, 2002 to NASA Ames Research Center, ATTN: Rhonda Baker, Mail Stop 244-9, Moffett Field, CA 94035-1000. Statements may be submitted by mail, facsimile, or electronic submission in Microsoft Word 97 or greater. To ensure receipt of all comments/questions, reference RFI2-36501 in the subject line of all e-mails. 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. All information submitted is at offerors own expense. Responses will be evaluated against our requirements. Respondents will not be notified of the results of this market survey. The Government reserves the right to consider a small business set-aside based on the responses received. Fax statements are acceptable at (650) 604-0912. For clarity purposes, telephone comments/questions and verbal statements will not be accepted. All responsible sources may submit a capability statement that will be considered by the Agency. The Government anticipates release of a Draft Acquisition Plan/Draft Request for Proposal (DRFP) on or before March 2002, with the Final RFP released in May 2002. NOTE: The Draft and Final RFPs will be available on the NASA-Ames Research Center Home Page at http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=21 If you do not have this access, you may request a hard copy of the DRAFT and/or FINAL RFP via mail or fax to the address above. HARD COPIES OF THE DRAFT AND/OR FINAL RFP WILL BE MAILED OUT BY REQUEST ONLY. NASA Ames Research Center has an active Home Page. It is available at the following URL: http://Procure.arc.nasa.gov/Acq/Acq.html via a worldwide web browser such as Internet Explorer, Netscape, or similar application. The Home Page contains our synopsis, subsequent solicitations, information on NASA acquisitions, and related helpful information. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis.
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#99519)
Record
Loren Data Corp. 20011205/ZSOL010.HTM (D-337 SN5142F4)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 3, 2001 by Loren Data Corp. -- info@ld.com