SOURCES SOUGHT
99 -- FACILITIES OPERATIONS AND MAINTENANCE SERVICES
- Notice Date
- 6/17/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG09Z00489R
- Response Due
- 7/3/2009
- Archive Date
- 6/17/2010
- Point of Contact
- Lisa A. Bednarik, Contracting Officer, Phone 301-286-7985, Fax 301-286-0247, Email Lisa.A.Bednarik@nasa.gov<br />
- E-Mail Address
-
Lisa A. Bednarik
(Lisa.A.Bednarik@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued by NASA Goddard Space Flight Center (GSFC) to post a SourcesSought via the internet and solicit responses from interested parties. This SourcesSought is an attempt to locate businesses experienced in performing Facilities Operationsand Maintenance Services. Facilities at GSFC include unique, world-class, prototypelabs, clean rooms, satellite tracking centers and central utility plants. These servicesshall be provided 24/7 and will often require innovative approaches to meet challengingResearch and Development requirements and schedules. Safety, code compliance (electrical,mechanical, fire, etc.), Leadership in Energy and Environmental Design (LEED), energymanagement, information management, technical capability, seamless integration andresponsiveness will be key elements to successfully performing this work. This SourcesSought shall not be construed as a formal solicitation or an obligation on the part ofthe Government to acquire any products or services. Any information provided to theGovernment is strictly voluntary and at no cost to the Government. Any formalsolicitation will be announced separately. GSFC is only interested at this point inidentifying interested and capable contractors that could perform these services.Respondents will not be notified of the results.NASA is seeking capabilities from small, small disadvantaged and women owned smallbusinesses for the appropriate level of competition and/or small business subcontractinggoals for these requirements. Comments and information on the following are requested:(1) Company Cage Code, DUNS, name, address, point of contact and their telephone numberand e-mail address; (2) Approximate annual gross revenue; (3) Any small business status(8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in theperformance of the consolidated requirement would be (a) Prime Contractor; (b)Subcontractor; (c) Other, please describe; (5) If you indicated your role as "PrimeContractor" in Item 4, indicate the functions for which you would plan to usesubcontractors; (6) Provide information indicating your capability to mobilize, manage,and finance a large service contract such as this; (7) Indicate if your company primarilydoes business in the commercial or Federal Government sector; (8) Describe relevantcommercial-sector contracts you have performed for similar combined services (ifapplicable); (9) Provide a list of relevant Federal Government contracts you haveperformed for similar combined services (if applicable), including (a) contract numberand title; (b) contract type, dollar amount, and performance period; and (c) Governmentpoint of contact; (10) Indicate which NAICS code(s) your company usually performs underfor Government contracts. Also include the amount of bonding with which you haveperformed these previous Government contracts. Provide suggestions to maximize theeffectiveness of the anticipated solicitation and resulting contract in providing qualityservices to GSFC.Facilities Operations and Maintenance Services at GSFC are currently provided under anumber of separate contracts as detailed below. GSFC is considering consolidating allthese services under a single contract. In addition to the information requested above,this Sources Sought seeks industry comment regarding the concept of consolidating theseservices, what contract type would work the best, and any history or experience you havehad with this type of effort for a military or Federal installation or organization.Description of Requirement (this description is only a summary of the required services):The Contractor shall provide Facilities Operations and Maintenance Services for GSFC inGreenbelt, Maryland.The overall GSFC site is approximately 1,270 acres and consists of roadways, parkingareas, open spaces, underground utility infrastructure with utilities plants as well asbuildings. GSFC has 34 major buildings and 114 minor structures on-site that range incomplexity from clean rooms and laboratories to major office complexes and warehouses.The current square footage of GSFC buildings is approximately 3,475,171 gross squarefeet. The Contractor is responsible for the operations and maintenance of systems,structures, and collateral equipment contained within this square footage.GSFC has a number of facilities conducting critical operations for the Agency. Theavailability of power, uninterruptible power supply (UPS), local exhaust ventilation(LEV), generators, elevators, fire protection system (FPS), utility controls system(UCS), compressed air, Heating, Ventilation, Air Conditioning, and Refrigeration (HVAC/R)systems in these buildings is critical to the success of their mission. A loss ofelectrical power or HVAC/R to these facilities would present an unacceptable interruptionin operations. GSFC has three commercial power feeders. All major buildings have dualfeeders for redundancy. Critical operations reside in many buildings, some of which haveUPS and emergency generator backup in addition to the dual feeders. The central plantshave redundant boilers, chillers and chilled water circulating pumps. The Contractorshall be responsible for assuring utility availability and reliability at all times. Currently, the Facilities Operations and Maintenance Services are provided as follows:(1) The Contractor provides operations and maintenance services to GSFC. The majorservices include: (a) Preventative Maintenance and Predictive Testing and Inspection ofCenter Infrastructure; (b) Operation and Maintenance of Central Power Plants and the HighVoltage Shop; (c) Snow and Ice Removal; (d) Repair and maintenance of Centerinfrastructure and facilities, including but not limited to: HVAC and Compressed AirSystems, maintenance of distribution systems, elevators, fire detection/protection,water, storm and wastewater systems, energy management and Metasys control systems, foodservice equipment, and chemical exhaust systems; and (e) Provide mission criticalservices ensuring uninterruptible power to the buildings used to communicate withorbiting space craft, including the Shuttle, during missions. These services arecurrently provided under a Cost-Plus-Award-Fee (CPAF), Indefinite Delivery/IndefiniteQuantity (CPAF IDIQ) type contract.(2) Roofing Management Program. These services are currently provided under an FFP IDIQtype contract. (3) Concrete and Paving Services. These services are currently provided under an FFPIDIQ type contract.(4) Painting Services. These services are currently provided under an FFP IDIQ typecontract.(5) Numerous Blanket Purchase Agreements (BPAs) for repair parts and services such astree removal and fence repairs. These BPAs provide flexibility in responding to emergencyrequirements for maintaining facilities infrastructure.The planned North American Industry Classification System (NAICS) code is 561210(Facilities Support Services), with the applicable small business size standard of $32.5million in annual gross receipts. Interested parties are invited to submit written comments or questions to: Lisa A.Bednarik, no later than July 3, 2009. Responses to this Sources Sought must referenceNNG09Z00489R and be submitted via e-mail.An ombudsman has been appointed -- See NASA Specific Note "B".The solicitation is not currently available. When it is issued, the solicitation and anydocuments related to this procurement will be available over the Internet. Thesedocuments will reside on a World Wide Web (WWW) server, which may be accessed using a WWWbrowser application. The Internet site, or URL, for the NASA/GSFC Business Opportunitieshome page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG09Z00489R/listing.html)
- Record
- SN01847764-W 20090619/090617235533-fbf021598be83992d58a7e3919c5ff1c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |