Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18, 2001 PSA #3000
SOLICITATIONS

M -- CENTER OPERATIONS SUPPORT SERVICES FOR BASE MAINTENANCE

Notice Date
December 14, 2001
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
ZIP Code
35812
Solicitation Number
P-S-31-97326
Response Due
January 4, 2002
Point of Contact
Glynda H. Meeks, Contracting Officer, Phone (256) 544-0422, Fax (256) 544-9162, Email glynda.meeks@msfc.nasa.gov -- Ketela K. White, Contract Specialist, Phone (256) 544-7179, Fax (256) 544-5439, Email ketela.white@msfc.nasa.gov
E-Mail Address
Glynda H. Meeks (glynda.meeks@msfc.nasa.gov)
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A SOURCES SOUGHT SYNOPSIS. NASA/Marshall Space Flight Center (MSFC) is planning to acquire Center Operation Support Services (COSS) for base maintenance. This requirement includes operations and maintenance of all MSFC facilities and collateral equipment and other related functions. These activities will emphasize supporting the missions of MSFC in a safe, reliable and timely manner, with minimum disruptions to the facility occupants/users. Functions shall be performed by skilled craftsmen/technicians. NASA/MSFC is seeking capabilities from small, small disadvantaged and women-owned small businesses for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. This requirement includes providing all resources such as labor, supervision, tools, equipment, materials, spare parts, incidental engineering required to carry out the work scope, transportation, and management necessary to fulfill the required work. It is anticipated that the Statement of Work will include the following: perform trouble calls and trouble call services; perform recurring services which include preventive maintenance and predictive testing and inspection; operate and maintain specific systems and facilities; perform day-to-day operations, including, but not limited to, operation of steam boilers and MSFC steam distribution system, operation of deionized water generation and distribution system, operation of Heavy Equipment, operation of Power Systems in Building 4487, operation of heating, ventilation, and air conditioning systems, operation of cranes, monitoring and operating the uninteruptable power supplies, operating the Industrial Wastewater Treatment Facility (IWTF) and the Ground Water Treatment System in the West Test Area; operate the Work Control Center and maintain related work data in the Computerized Maintenance Management System; operate a Technical Reference Library that includes, but not limited to, all applicable Government publications and regulations, operation and maintenance procedures, plans and drawings, Government and manufacturers' equipment operation and maintenance manuals, historical data, completed work requests, completed recurring maintenance; participate in environmental management activities that include spill response and water sampling; maintain lead and asbestos abatement records and provide State Indirect Discharge and National Pollutant Discharge Elimination System monthly reports; support emergency management operations including coordination and integration of emergency communications, severe weather monitoring, and daily operation of the Emergency Operations Center as well as assure operability of the equipment associated with the Emergency Operations software which includes arranging for system maintenance at the Government's expense, installing enhanced software provided by the Government, system security, and the development of procedures required to support the system; perform facility condition assessments on each MSFC facility utilizing experienced facilities maintenance personnel to observe, record, and recommend fixes to restore each facility to its original state; perform indefinite delivery indefinite quantity maintenance work on an as needed basis, including the management, planning, accomplishment, and Quality Control of the work. As a part of accomplishing the work identified above, the following are examples of plans that will be updated and submitted periodically: * Personnel Certification Plan * Safety and Health Plan * PM plan * Annual Work Plan * Five Year Maintenance Plan Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform any aspects of the effort described herein. Responses must include the following: 1) name and address of firm, 2)size of business including annual revenue for past 3 years for NAICS Code 561210, and number of employees; 3) ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 4)affiliate information: parent company, joint venture partners, potential teaming partners; 5) number of years in business; 6) list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; 7) Point of contact -- names of two principals to contact, including titles,address, and telephone number). 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. Your capability statement is requested by January 4, 2002 to NASA Marshall Space Flight Center, Attn: Glynda H. Meeks, Mail Code PS31-C, Huntsville, AL 35812. Statements may be submitted by mail, facsimile, or electronic submission in Microsoft Word. To ensure receipt of all comments/questions, reference P-S-31-97326.
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#99616)
Record
Loren Data Corp. 20011218/MSOL003.HTM (D-348 SN5152C4)

M - Operation of Government-Owned Facilities Index  |  Issue Index |
Created on December 14, 2001 by Loren Data Corp. -- info@ld.com