Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

F -- JSC ENVIRONMENTAL SERVICES SOURCES SOUGHT SYNOPSIS

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12ZBJ004L
 
Response Due
5/18/2012
 
Archive Date
5/1/2013
 
Point of Contact
Roger M. Roberts, Contract Specialist, Phone 281-792-7665, Fax 281-483-9738, Email roger.m.roberts@nasa.gov - Shine Lin, Contract Specialist, Phone 281-792-7845, Fax 281-483-7890, Email shine.lin@nasa.gov
 
E-Mail Address
Roger M. Roberts
(roger.m.roberts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information regarding potential sources forEnvironmental ServicesThe National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) issoliciting comments from industry and seeking capability statements from all interestedparties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), VeteranOwned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically UnderutilizedBusiness Zone (HUBZone) businesses, and Historically Black Colleges and Universities(HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate levelof competition and/or small business subcontracting goals for the JSC EnvironmentalServices (JES) contract. The Government reserves the right to consider a Small, 8(a),Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-asidebased on responses hereto.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Description JSC Center Operations Directorate (COD) anticipates procuring environmental servicesunder the JES contract. As part of the Governments continuous information exchange withindustry while formulating the acquisition strategy for the JES contract requirement, theGovernment requests your assistance as it seeks to formulate the most suitable approachfor acquiring environmental services. In order for NASA to make this determination, theGovernment requests information in order to gain knowledge from potential offerors. Requirements Summary The Government has a potential requirement for on-site support services to implement andmanage the NASA JSC Environmental Program to ensure compliance with Federal, state andlocal regulatory requirements and agency policy. Services will be performed primarily atJSC and nearby Houston satellite facilities Ellington Field and the Sonny Carter TrainingFacility (EF, SCTF). Additional work will be performed at JSCs El Paso ForwardOperating Location (EPFOL) in El Paso, Texas.Potential requirements that may be incorporated in the statement of work include:1. Administering the air quality, industrial and hazardous waste, storm water, drinkingwater, wastewater, and spill prevention control and countermeasure compliance programs[includes waste pickup, providing waste containers, managing Industrial Solid Waste (ISW)inventory and maintaining contracts and arranging for the transportation, disposal,treatment, or recycling of all ISW, draining containments, inspections, operating metalfinishing pretreatment system,managing <90 day accumulation areas, developing andmaintaining plans, arranging for Relative Accuracy Test Audits (RATAs) and Cylinder GasAudits (CGAs), recordkeeping, monitoring, sampling, required notifications and reports,manage databases containing environmental data, implementing permit requirements, andimplementing corrective actions.]2. Implementing sustainability programs including recycling, sustainable acquisition(green purchasing), pollution prevention and working to integrate these concepts into JSCactivities and operations.3. Developing and implementing environmental communications and training programsincluding developing and updating web page content, newsletters, awareness programs andconducting class room training,updating and developing web-based modules onenvironmental programs, and providing technical assistance to JSC employees in allenvironmental program areas.4. Implementing and assisting organizations with environmental planning to meet NationalEnvironmental Policy Act (NEPA) requirements and to ensure environmental requirements areidentified and addressed prior to implementing projects.5. Developing and maintaining plans, manuals, documents, and all recordkeeping relatedto environmental compliance and agency policy requirements.6. Conducting internal compliance reviews, participating in external compliance reviews,and implementing corrective actions.7. Responding to and cleaning up spills of hazardous materials.8. Managing environmental portions of asbestos control program including performingasbestos program condition assessments, conducting project design reviews, and preparingregulatory notifications.9. Assisting in the implementation and continual improvement of JSCs environmentalmanagement system (JSC is not ISO 14001 registered, but complies with agency andExecutive Order requirements).10. Keeping abreast of emerging environmental issues and new regulations, determiningapplicability, identifying strategies to implement new requirements and assist inimplementation.11. Attending meetings, analyzing data, conduct trend analysis, develop presentationmaterials and other similar activities required to conduct business and interface withJSCs Environmental Office and employee population.Potential Offerors are invited to review and comment on the JES requirement summary.The North American Industry Classification System (NAICS) code for this procurement is541620, Environmental Consulting Services, with a size standard of $14 million dollars. Estimated award date for this contract is in Fiscal Year 2013. A copy of the current Environmental Support Services Contract (ESSC), NNJ08JB01C, can bedownloaded at the following address: http://www.nasa.gov/centers/johnson/pdf/590910main_NNJ08JB01C.pdf This synopsis incorporates all the requirements of the previous synopses, NNJ12ZBJ003Land NNJ12ZBJ003, and as such these previous synopses are cancelled in their entirety.Interested offerors/vendors having the required specialized capabilities to meet theabove requirements should submit a capability statement that demonstrates the firmscapability to perform the major disciplines described above. Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone and HBCU/MI; number of years inbusiness; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); and past performance pertinent to the requirements delineated above (includingrelevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number).In addition to the capabilities statement above, please provide a brief response to eachof the questions that follow. a. For each of the 11 potential requirements listed above indicate whether your firmwould serve as either the prime contractor or a subcontractor.If your firm is planningto perform as prime on a particular requirement, please state what percentage, if any,would your company subcontract to other firms if your company was awarded thisrequirement. b. Given the requirement summary detailed above, what percentage of incumbent workforcedoes your company typically retain given similar requirements?c. JSC anticipates using price performance tradeoff (PPT) source selection proceduresfor this effort. Given the nature of work contemplated in the requirements summary,please provide your comments as to what criteria would most effectively distinguish onefirms technical capabilities from anothers. Please explain.d. Identify barriers to competition that could be mitigated to foster a more competitiveenvironment for this procurement. e. Please provide your view regarding what type of contract provides the best approachfor this type of work. How should the risks versus rewards be shared by the Government and contractor? Howdoes the proposed contract type incentivize the contractor to perform high quality workat a reasonable price?Discuss your views specific to this contract regarding incentivefees, award fee, and/or other appropriate incentives for contractor performance in termsof: 1) fixed price requirements; 2) cost type requirements. f. Suggest any portions of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility of each. In addition, how can NASA design/structure the fixed price portions of the contract to:1) ensure outstanding environmental compliance and performance is maintained; 2) protectthe ability of the contractor to respond rapidly and effectively to facility oroperational anomalies; 3) maintain the flexibility needed to handle unplanned workwithout invoking excessive cost or contracting delays (the duration of such unplannedwork may vary from a few hours to several days); and 4) ensure that small business goalsare met or exceeded. Discuss all alternatives you would like NASA to consider. g. What metrics (measurable and challenging, but achievable) could NASA use to monitorthe contractors accomplishments for efforts over and above standards stated in thecontract.h. This requirement will include support for activities conducted at JSC, EF, and SCTFin Houston and occasionally at El Paso, Texas.Please identify any risks/concerns thatyou may have regarding industrys capability to provide a qualified workforce. i. Please provide the name, address and phone number of your firm. NASA intends torelease the names, addresses, and points of contact of all respondents unlessspecifically requested not to do so by the respondent. Questions should be directed by email to the Contracting Officer. In accordance with FAR15.201(e), responses to this notice are not offers and cannot be accepted by theGovernment to form a binding contract.The Government is under no obligation to issue asolicitation or to award any contract on the basis of this RFI. The Government will notpay for any information solicited. No evaluation letters and/or results will be issuedto the respondents. You are requested to provide electronic responses via e-mail to theContract Specialist and Contracting Officer listed at the end of this synopsis. Your response is required by 4:00 p.m.CDT on May 18, 2012. No solicitation exists;therefore, do not request a copy of the solicitation. If a solicitation is released itwill be synopsized in FedBizOps and on the NASA Acquisition Internet Service. It is thepotential offerors responsibility to monitor these sites for the release of anysolicitation or synopsis. The Government intends to review the responses submitted byIndustry. This data will not be shared outside the Government. The Government may usethis data to refine requirements. Data that is submitted as part of Industrys responsethat is marked Proprietary will not be reviewed. A website for this contemplated acquisition has been developed and can be found athttp://procurement.jsc.nasa.gov/jes/ Point of ContactName:Mr. Roger RobertsTitle:Contracting OfficerPhone:281-483-2916Email:roger.m.roberts@nasa.govName:Mr. Shine LinTitle:Contract SpecialistPhone:281-792-7845Email:shine.lin@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBJ004L/listing.html)
 
Record
SN02735716-W 20120503/120501235650-bfc760fee8bd045e4ad9e841d705a321 (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 |
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.