Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2005 FBO #1238
SOLICITATION NOTICE

M -- FACILITY OPERATIONS AND SUPPORT CONTRACT

Notice Date
4/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
JSC White Sands Test Facility, Mail Code RE, P.O. 20, Las Cruces, NM 88004-0020
 
ZIP Code
88004-0020
 
Solicitation Number
NNJ05090307R
 
Archive Date
4/15/2006
 
Description
NASA/JSC/White Sands Test Facility (WSTF) plans to procure facility operations support services at WSTF, including the White Sands Space Harbor (WSSH) as a partial follow-on to the current Test Evaluation and Maintenance (TEAM) contract which ends April 30, 2006. The proposed Facility Operations and Support Contract (FOSC) will provide facility maintenance and operations, institutional systems and services, management and documentation systems, environmental compliance and remediation, operations and maintenance of the WSSH, and associated facility projects. These operations will be performed primarily in support of the Test and Evaluation Contract (TEC). Activities included under the FOSC include: maintenance and operation of facility systems such as water and sewer, electrical distribution, buildings, roads, and grounds; preventative, predictive and programmed maintenance and repairs of said facilities; janitorial services, logistics, and real property management; emergency services, including emergency notification systems, paging and radio systems; environmental remediation and compliance; operation of heavy equipment, lifting devices and equipment; drafting, documentation, technical library and configuration management. WSTF is certified to the ISO 9001 and 14001 standards as a joint Government and contractor team, and is an OSHA VPP Star certified site. Interested parties are encouraged to address their experience in working within these environments. To fulfill these requirements, NASA plans to release a Request For Proposal (RFP). The RFP will result in a cost reimbursement/fixed price contract with an IDIQ (Indefinite Delivery/Indefinite Quantity) feature for additional requirements within the general scope of the Statement of Work. The contract will be written for a 3 year base with two, 1-year options for a total of five years. A draft RFP will be released mid-May 2005. The draft RFP will allow interested parties the opportunity to submit questions, comments, and innovative ideas. Feedback can be submitted up to 10 days after the draft RFP release date and is encouraged. A listing of small businesses which have expressed interest in participating in this procurement will be released with the draft RFP. A preproposal conference will be held May 24 and 25, 2005 at WSTF. After considering Industry feedback impacts on the draft RFP, the Government anticipates that the final RFP will be released in late June 2005. The Government contemplates requiring the offerors to submit the past performance portion of their proposals in early August with the remaining portion of the proposals due mid-August. A 60-day phase-in for the new contractor is planned. The solicitation and, to the extent possible, documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the FOSC Procurement is http://procurement.jsc.nasa.gov/team/ Documents unavailable over the Internet will be made available in the Technical Reference Library (TRL) at WSTF. Additional information about the TRL at WSTF will be posted on the website at a later date. All qualified responsible sources may submit a proposal which shall be considered by the agency. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 561210 and $30M, respectively. The DPAS rating for this procurement is DO-C9. An ombudsman has been appointed. See NASA Specific Note "B". This procurement is a total small business set-aside. See Note 1. All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#114931)
 
Record
SN00789705-W 20050417/050415212652 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.