SOLICITATION NOTICE
M -- CENTER OPERATIONS SUPPORT SERVICES (COSS) FOLLOW-ON
- Notice Date
- 8/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ05122616L
- Archive Date
- 8/2/2006
- Description
- The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) plans to procure routine and non-routine Center Operations Support Services (COSS) for the JSC, including those facilities at JSC, Ellington Field (EFD), and the Sonny Carter Training Facility (SCTF). The Contractor shall provide all resources necessary to provide the following services: Maintenance, Repair and Operations/Design/Work Control/Environmental/Configuration Control; Logistics and Rigging; Grounds and Custodial; and Design/Build and Construction. NASA JSC is soliciting information about preferred contracting approaches and potential sources. COSS WEBSITE: The COSS follow-on website for any and all information regarding this procurement, including this synopsis and any and all amendments and modifications, is at the following Internet address: http://procurement.jsc.nasa.gov/coss/ NASA JSC BUSINESS OPPORTUNITIES HOME PAGE WEBSITE: To register and set up your user profile where you will be electronically notified of any and all solicitation and synopsis updates, modifications, amendments go to: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 NASA ACQUISITION INTERNET SERVICE (NAIS): http://procurement.nasa.gov NASA JSC PROCUREMENT WEBSITE: http://procurement.jsc.nasa.gov/procpub.htm NASA JSC INDUSTRY ASSISTANCE: located on the corner of Saturn and the main entrance (Gate 1), on the right-hand side of the entrance, in Building 111. Phone number: 281-483-4511. CURRENT CONTRACT FEATURES: The current COSS contract NAS 9-01056 has the following features: 1) Period of Performance: Basic: 4/1/02 - 3/31/05; Option 1: 4/1/04 - 3/31/05; Option 2: 4/1/05 - 3/31/06; Option 3: 4/1/06 - 3/31/07. 2) Contract Type: Cost-plus-Award Fee (CPAF); Firm-Fixed-Price (FFP); Indefinite Delivery/Indefinite Quantity (IDIQ) 3) Statement of Work/Annexes: Annex 01 = Administrative Support Annex 02 = Maintenance and Repair Annex 03 = Directed Services Annex 04 = Operations Annex 05 = Engineering Annex 06 = Non-routine fixed-price IDIQ Annex 07 = Grounds Maintenance Annex 08 = Information Technology Annex 09 = Environmental Program Annex 10 = Supply Annex 11 = Property and Equipment Annex 12 = Transportation Annex 13 = Non-routine Cost-reimbursement IDIQ Annex 14 = Custodial I. PURPOSE OF THIS SYNOPSIS: This synopsis is two-fold and is as follows: (1) requests information in the form of a response from interested parties regarding their preferred contracting approach to the COSS follow-on; and (2) requests information on capabilities of potential offerors. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. 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. II. RESPONSES REGARDING THE CONTRACTING APPROACH: The Government is soliciting unique and innovative contracting approaches to the Center Operations Support Services (COSS) follow-on contract or contracts that will enhance competition and provide business opportunities. Therefore, the Government requests that you respond with a business-case oriented toward a systematic and strategic contracting approach that takes into account segregating, packaging, and categorizing work requirements, and grouping and packaging logical functions that promotes synergism of work flow across contract(s) that will maximize customer value toward the COSS and Center Operations Directorate (COD) (here on referred to as "CenterOps") Vision Statements (see COSS Website) in order to deliver world-class service solutions. In an attempt to determine the contracting approach for the COSS follow-on, the Government is soliciting input from interested parties (see I above) and asks that your response include information regarding, but not limited to, the following: a) Management and Performance Structure: NASA JSC is interested in your perspective on a cross-functional management-performance concept in regard to your recommended contracting approaches/structures, taking into account vertical (top-down, bottom-up) and horizontal (end-to-end) orientation that will enhance lines of communication for work performance efficiencies, such as change management/control, performance synergies and integration activities of work-flows within and between contract(s), and cooperative lines of responsibilities and accountabilities. b) Subcontract considerations: NASA JSC is interested in your perspective regarding your recommended contracting approaches/structures that consider subcontractor and supplier chain innovations, improvements, and opportunities that will enhance and allow for efficient supply-order delivery and turn-around, source availability, competition, and provide better business opportunities. c) Socio-economic considerations: NASA JSC is interested in your perspective regarding your recommended contracting approaches/structures that consider socio-economic goals and set-aside recommendations (Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, or Women-owned small business concern, Veteran-owned Service Disabled small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), HUBZone small business) in order to provide Small Business and subcontractor solutions that will achieve NASA small business objectives and provide growth opportunities and development to emerging small businesses. d) Address what changes from the current COSS contract (NAS 9-01056) structure, if any, you would suggest for inclusion in the new COSS contract(s) and why e) Contract Types: NASA JSC is interested in your perspective on contract type(s). If you have experience with either a cost-reimbursement or firm-fixed-price type(s) of contract(s) in support of a Center Operations Services or similar contract, please provide your opinion, as well as the pros and cons of this contract type(s). Also, please provide your opinion on the contract type that was used for the current COSS Contract (NAS 9-01056). f) Performance-Based Contracting (PBC): NASA JSC would be interested in your perspective on Performance-Based Contracting (PBC). If you have specific experience with PBC in support of a Center Operations Services or similar contract, please provide the pros and cons of PBC as well as your opinion of the type of work on the current COSS contract (NAS 9-01056) that may be best suited for this contract type. Please include your experience and opinion of measurable performance standards as it relates to PBC. g) Contract Period of Performance Duration: NASA JSC would be interested in your perspective on how long the total contract period of performance should be. h) Use of Award-Term: NASA JSC is interested in motivating contractors to provide excellent performance during the life of a contract through a new incentive plan called "Award-Term." This incentive is designed to foster long-term relationships by rewarding contractors with additional period(s) of performance in compensation for achieving desired objectives at a high level of performance and reduced costs in lieu of a traditional Award-Fee arrangement. Therefore, NASA JSC is considering the possibility of allowing the contractor to earn up to a 10-year period of performance without further competition. It is important to note that Award-Terms are not the same as contract options. Award-Terms are earned based on contractor performance and cost savings; whereas, options are a unilateral right in a contract by which, for a specified time, the Government may elect to purchase additional supplies or services called for by the contract, or elect to extend the term of the contract. NASA JSC is considering the use of a cost-plus-incentive fee structure to objectively evaluate cost, with an Award-Term Incentive to reward excellent technical performance. The Award- Term evaluation process mirrors that of Award-Fee; however, evaluations are to a greater extent based on objective metrics. A cost gate, that includes cost incentives, must be met in order to earn additional term. NASA has utilized this new contracting approach in several cases under a pilot program. In an attempt to determine the feasibility of this approach for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Would Award-Term Incentive properly motivate contractor performance on the COSS follow-on contract(s) and why? 2) Would you submit a proposal if a solicitation is issued for the COSS follow-on contract(s) with the Award-Term Incentive and why? 3) What changes, if any, would you suggest to this incentive plan and why? 4) Have you had experience with Award-Term Contracting? If yes, please provide the name of the Government agency who awarded the contract, the contract number, a brief description of the work, the contracting officer's contact information, and your perception of how this incentivized/did not incentivize performance. i) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in statement of work language as well as other types of special clauses or additional information that would improve understanding or clarity of requirements and terms and conditions? j) Performance Standards: In order to evaluate the successful offeror's post-award performance, what factors should be taken into consideration by the Government? k) Performance Incentives: Please provide your view regarding award fee and/or other appropriate incentives for contractor performance. l) Data: What additional documents would you want to see on the COSS follow-on website ( http://procurement.jsc.nasa.gov/coss ) and included in the Technical Library? III. POTENTIAL SOURCES STATEMENT OF CAPABILITIES: NASA JSC is also soliciting information about potential sources for the COSS follow-on as follows: Response must include the following and should be limited to no more than 5 pages: 1) Name and address of firm. 2) Size of business. 3) Average annual revenue for past 3 years and number of employees. 4) Ownership. 5) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a)set-aside small business, HUBZone small business, Woman-owned small business concern, Veteran-owned Service Disabled small business, HBCU/MI, Service-Disabled Veteran-owned small business. 6) Number of years in business. 7) Affiliate information: parent company, joint venture partners, potential team partners, prime contractor (if potential sub) or subcontractors (if potential prime). 8) List of customers covering the past 5 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement. 9) Point of contact, address, and phone number. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. IV. YOUR RESPONSE TO THE SYNOPSIS: All responses (to the contracting approaches and statement of capabilities) shall be received no later than September 8, 2005. You may respond via eletronic mail (e-mail) to the Contracting Officer, Kelly R. (Rubio) Wilcutt, at the following address: cossseb@ems.jsc.nasa.gov. Written questions should also be directed to the Contracting Officer, Kelly R. (Rubio) Wilcutt, at the following address: cossseb@ems.jsc.nasa.gov. In all responses, please reference solicitation number NNJ05122616L. Verbal questions will not be accepted. ANONYMOUS QUESTIONS TO THE CONTRACTING OFFICER: This option allows companies to submit questions, or your response anonymously. Please view the COSS follow-on website for this electronic link. DOCUMENTS AND INFORMATION CURRENTLY ON THE COSS FOLLOW-ON WEBSITE: Documents and information currently on the COSS follow-on website include: a) COSS Vision Statement b) COSS Statement of Objectives (SOO) c) CenterOps Vision Statement d) CenterOps Mission Statement e) Industry Discussions with CenterOps - process and procedures f) Current COSS Contract NAS 9-01056 (statement of work, annexes, terms and conditions) - via Freedom of Information Act website g) Procurement Development Team - members h) COSS follow-on schedule - major milestones i) Industry Day - tentative date, time, location. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the FedBizOpps and on the NASA Acquisition Internet Service (NAIS). An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any 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 NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 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 may be viewed at the following URLs linked below.
- 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#116576)
- Record
- SN00860747-W 20050804/050802212935 (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 |