Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2013 FBO #4110
SOURCES SOUGHT

R -- CENTER SAFETY AND FIRE OPERATIONS CONTRACT

Notice Date
2/22/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ1361974L-1
 
Response Due
3/8/2013
 
Archive Date
2/22/2014
 
Point of Contact
Roger M. Roberts, Contracting Officer, Phone 281-483-2916, Fax 281-483-7890, Email roger.m.roberts@nasa.gov - Sylvia Aragon, Contract Specialist, Phone 281-244-5178, Fax 281-483-4066, Email sylvia.aragon-1@nasa.gov
 
E-Mail Address
Roger M. Roberts
(roger.m.roberts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Johnson Space Center (JSC) is planning to recompete the contract requirements associated with the current Center Institutional Safety Services (CISS) contract. The contract name for the CISS follow-on is the Center Safety and Fire Operations (CSFO) Contract. The CISS contract provides safety and fire protection services to support JSC in accomplishing its institutional safety program objectives. Major areas of the contract include safety, fire protection, safety training, maintenance of fire protection systems, test safety, safety information systems, and special projects. In performing its duties, the contractor will specifically support the JSC Safety and Test Operations Division whose mission is to help line management and employees in reducing and preventing injuries to NASA personnel and damage to NASA equipment. The primary work areas for this contract are aerospace facilities at the NASA Johnson Space Center, Houston, Texas, and related operations at Ellington Field (EF), Houston, Texas, and Sonny Carter Training Facility (SCTF), Houston, Texas. Intermittent support may be required at other sites for which JSC has responsibility such as the Forward Operating Location (FOL), El Paso, Texas; and the White Sands Test Facility, Las Cruces, New Mexico. Contractor services may be required at other locations, NASA contractor, subcontractor, or vendor facilities as requirements warrant. A full version of the current CISS contract, NNJ09JA01C, has been released via the Freedom of Information Act (FOIA) process and can be viewed at the following web address: http://procurement.jsc.nasa.gov/csfo/. The disciplines described below are applied across all of the Programs supported by the Safety and Mission Assurance Directorate. The current Statement of Work (SOW) for the CISS contract requires the prime contractor to be able to provide all of the skills associated with the following major functional areas of this contract. These representational requirements are for informational purposes only and may change before issuance of any potential solicitation. 1.Management of the contract 2.Engineering Analysis and Support The contractor shall assess entire buildings and specific systems and components in a building, both permanent and temporary, as well as operations and interfaces with nearby facilities for safety and fire protection concerns. This assessment shall include all phases of facility or system life to include design, construction, operation, maintenance and shutdown. When applicable requirements are not clear, the contractor shall research applicable requirements per the SOW. The SOW also requires reviewing and approving related documentation, drawings, procedures, hazards analysis, and failure modes and effects analysis (FMEAs). The purpose of these assessments is to identify non-conformance with applicable requirements and hazards that could cause injury or damage to NASA hardware. 3.Verification Audits and Inspections The contractor shall inspect JSC buildings for hazards and assess compliance with the JSC Safety Program as an ongoing activity. The purpose is to assess compliance with JSC Safety Program and federal, state, and local safety and health regulations and to identify hazards that could cause injury to personnel or damage to NASA hardware. 4.Mishap Investigation The contractor shall assure that mishaps and close calls are reported and documented, that corrective actions are taken, and that lessons learned are communicated. This includes assisting in mishap investigations per NPR 8621.1, NASA Procedural Requirements for Mishap and Close Call Reporting, Investigating, and Recordkeeping; JPR 1700.1 JSC Safety and Health Handbook; JPR 8621.1, JSC Mishap Response Plan, and other referenced documents. The purpose of mishap investigation is to identify root causes of the mishap and develop measures to prevent recurrence. The contractor shall implement a contractor-developed Mishap Certification process for all engineers. This program shall include classroom and on-the-job training as well as a certification exam. 5.Safety Awareness and Motivation The contractor shall develop, coordinate, and implement a safety awareness program for NASA civil service and contractor personnel. The program shall be structured to ensure JSC employees receive information on a comprehensive mishap prevention program. This includes developing and proposing awareness materials and educational campaigns based on the evolving risk environment at JSC. The purpose of awareness and motivation is to influence safe behavior and provide employees with pertinent safety information they can use. 6.Fire Protection Systems Maintenance Services The contractor shall maintain fire alarm and fire suppression systems to ensure equipment reliability, with the exception of those maintained by other JSC organizations. This includes providing necessary lift support (man-lifts, scaffolds, and other devices to access fire protection devices) to accomplish required maintenance and providing necessary vehicles and equipment. The contractor is also responsible for incidental modification, and repair of servicing systems in place, removal and replacement or repair of components, and making minor adjustments for components and systems with acquisition costs less than $5,000. Incidental maintenance and repair is small scale and include detectors, sprinkler heads, circuit boards, alarm panels, or other small components of the fire protection systems. 7.Safety Information Management The contractor shall collect and analyze safety data to include mishaps, hazards, and training. The purpose of the data collection is to document safety information including mishaps, close call hazards, corrective actions, safety actions, etc., provide data for mishap prevention and to ensure timely investigations are performed. The contractor shall maintain records of its activities to include reviews, inspections, maintenance, and actions worked. 8.NASA Safety Training Center (NSTC) The contractor shall operate the NSTC to provide safety, health, environmental protection, emergency planning and risk management training courses throughout NASA to support both institutional and human space flight program objectives. The NSTC customers include NASA Headquarters; the NASA Safety Center; and all NASA centers, facilities, and laboratories. The contractor shall develop and provide relevant safety training for NASA meeting regulatory requirements and training employees to work safely. 9.Safety Program Development and Evaluation The contractor shall support continuous improvement of JSCs safety and health program.(et al.) 10.Test Safety The contractor shall perform safety activities for tests involving space flight and institutional research and development conducted at JSC and tests involving JSC personnel to include test subjects, or hardware at off-site (local and remote) contractor, and international partner locations. Test safety includes: evaluating the risk and hazards of test beds and spacecraft systems such as life support systems, space suits, medical research equipment, thermal control systems, explosives, software, and other state of the art space systems as they are operated in ground test facilities; participating in equipment and facility reviews; and monitoring test operations. These operations occur in various environments such as vacuum, extreme temperatures, underwater, vibration, and zero-gravity. The purpose is to prevent personnel injury or unexpected damage to NASA equipment from tests. 11.Administer Lockout/Tagout equipment The contractor shall administer lockout and tagout equipment for JSC to provide a central distribution point for lockout/tagout equipment and ensure uniform compliance in JSCs Lockout/Tagout program. 12.Special Projects The contractor shall perform special projects as defined and directed by the Safety and Test Operations Division. The contractor shall establish a plan, schedule, and, time and materials cost estimates using proposed labor rates in the contract schedule for each project. 13.Emergency Action Services Emergency action services include basic first aid, incipient fire-fighting activities, incident command, or other activities as necessary to limit injury, death, environmental or property damage. Emergency action coverage required is limited to JSC and the SCTF. Emergency action services shall follow National Fire Protection Association (NFPA) 600, Standard on Industrial Fire Brigade. Technical advisory support, on a non-emergency basis, may also be required for Ellington Field. The NAICS code for the proposed acquisition is 5541330, Engineering Services with an exception for Military and Aerospace Equipment and Military Weapons. The size standard is $35.5 million. The pertinent contract information for the current CISS contract is as follows: Current Contractor: Anadarko Industries LLC. Small Business Type Designation: 8(a) Set Aside Contract Number: NNJ09JA01C Maximum Contract Value: $37,083,000.00 Contract Expiration Date: The current contract's period of performance ends June 30, 2014. The intent of this Sources Sought Synopsisis to solicit comments from industry and capability statements from qualified sources, including Large Businesses (LB), Small Businesses (SBs), Small Disadvantaged Businesses (SDBs), 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs). Interested offerors/vendors having the required specialized capabilities to meet the above requirements should submit a capability statement that demonstrates the firms capability to perform the major disciplines described above. In addition, industry is also invited to provide inputs in the following areas in narrative form in any response to this synopsis: 1. Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement. 2. Contract Type and Performance: Please provide your companys view regarding what type of contract provides the best approach for these requirements. 3. How should the risks versus rewards be shared by the Government and contractor? 4. How does the proposed contract type incentivize the contractor to perform high quality work at a reasonable price? Discuss your views specific to this contract regarding incentive fees, award fee, award term and/or other appropriate incentives for contractor performance in terms of: 1) fixed price requirements; 2) cost type requirements. 4. Suggest any portions of this procurement for which fixed price contracting could be utilized. Discuss your rationale for each and your thoughts on the feasibility of each. 5. Has your company performed contract work requiring certification by the Texas Commission on Fire Protection?If so, please describe your experience. There are other certifications and Professional Qualifications for the proposed contract you should be aware of that your company must meet as described in SOW paragraph 1.6. Responses must include the following: 1. Name and address of firm and the name of the author of the suggestions. 2. Size of business; average annual revenue for past three years and number of employees. 3. Whether the firm is a large business, SB, SDB, HubZone, WOSB, VOSB, SDVOSB, and HBCU/MI. 4. Number of years in business. 5. Affiliate information: parent company, joint venture partners and potential teaming partners. 6. Indicate if the firm is interested in this potential requirement as a prime contractor or subcontractor. 7. List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone 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. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities website and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. The Government intends to review the responses submitted by industry. The information received will not be released in its submitted form, but may be used to refine requirements and develop the best approach for any follow-on contract strategy. Therefore the information may be recognizable. Please do not submit proprietary information. Data that is submitted as part of the Industrys response that is marked proprietary will not be reviewed. In order to facilitate teaming arrangements, NASA intends to release the names, addresses, and points of contact of all respondents on the NASA website for this acquisition, unless specifically requested not to do so by the respondent. All responses shall be submitted via e-mail to the Contract Specialist, Tumarrow Iglehart (e-mail address: tumarrow.iglehart-1@nasa.gov) no later than 4:00 p.m. CDT on Friday, March 8, 2013. Please reference (NNJ1361974L) in any response. A website for this contemplated acquisition has been developed and can be found at http://procurement.jsc.nasa.gov/csfo/ Interested parties are responsible for checking this website for further information and updates. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ1361974L-1/listing.html)
 
Record
SN02993827-W 20130224/130222234138-7119b5407c76dfc175bd2e3f698142ca (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.