Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

R -- Center Safety and Fire Operations II (CSFO II) Contract

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC18CSFOII
 
Point of Contact
Steve Fletcher, Phone: 281-483-5401
 
E-Mail Address
steven.d.fletcher@nasa.gov
(steven.d.fletcher@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. THIS IS A SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION (RFI) ONLY. No solicitation is available. This RFI is released pursuant to FAR 15.201(e), Exchanges with Industry, and is issued for the purpose of conducting market research. The NASA Johnson Space Center (JSC) is planning to re-compete the contract requirements associated with the current Center Safety and Fire Operations (CSFO) contract which will end on June 30, 2019. The current CSFO contract is an 8(a) Set-Aside, Cost-Plus Fixed-Fee (CPFF)/Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ). It has a 5-year Period of Performance. The total potential value for CSFO is $37.5M. The intent of this RFI is to solicit capability statements and input from qualified sources. Confidential, proprietary, or competition sensitive information should not be submitted in response to this RFI, as responses received may be used in the development of strategy for a future contract. Interested parties are invited to respond to any or all requested information and attachments. In your response, indicate which attachment you are addressing. For example, if you choose to respond to Attachment 3, please note Attachment 3 and its title in your response. Current Contract (CSFO): The CSFO 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 CSFO Statement of Work (SOW) and other pertinent documents are located on the CSFO II procurement website: https://procurement.jsc.nasa.gov/csfo2/. These documents are for information and planning purposes only and do not necessarily reflect future requirements. They are provided to allow industry the opportunity to comment and to promote competition. The current Statement of Work (SOW) for the CSFO 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. CSFO II: The anticipated North American Industry Classification System (NAICS) code for the proposed acquisition is 541330, Engineering Services, with an exception for "Military and Aerospace Equipment and Military Weapons." The size standard is $38.5 million. The disciplines described below are applied across all of the Programs supported by the SMA Directorate. CSFO II will require the contractor to provide all of the skills associated with the following disciplines: 1. Contract Management 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. 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. 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. 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. 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 contractor shall maintain records of its activities to include reviews, inspections, maintenance, and actions worked. 8. NASA Safety Training The contractor shall provide safety, health, environmental protection, emergency planning, and risk management training courses throughout NASA. Training will be on demand as needs are identified to support both institutional and human space flight program objectives. Support requests may originate from 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 JSC's safety and health program. 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. 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 JSC's Lockout/Tagout program. 12. Special Projects The contractor shall perform special projects as defined and directed by the Safety and Test Operations Division. 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. Attachment 1 - Sources Sought Synopsis: NASA/JSC is seeking capability and qualification statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Serving Institutions (MSI) for the purposes of determining the appropriate level of competition. Interested parties are requested to 1) Review the CSFO SOW, and other information that may be made available in the technical library; 2) Submit a statement of their firm's capabilities and qualifications to perform the major disciplines described above, demonstrate its capability to manage and support a contract of this size and scope across multiple sites, and state whether it is the intention of the firm to submit as a subcontractor or prime contractor. Interested parties may submit capabilities and qualifications for other than the areas listed above, if desired. A determination whether to set aside this effort for a small business will be made after responses are received and reviewed. Responses must include the following: 1.Name and address of firm; 2.Size of business; 3.Average annual revenue for past 3 years and number of employees; 4.Ownership; e.g. large, Small Business (SB), SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone, HBCU/MI; 5.Number of years in business; 6.Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); 7.List of customers over the past five years. Please be sure to include the following: a.Relevant work performed. All relevant work should be linked to where this work would be performed in the CSFO SOW; b.Contract numbers, contract type, dollar value of each procurement; c.Point of contact - address and phone number. Attachment 2 - Request for Information on Potential Procurement Approach: To assist in formulating a procurement strategy, the following Request for Information (RFI) questions are offered for your consideration. In your response, indicate which number you are addressing. For example, if you would like to respond to number 2(b), please note 2(b) in your response. 1. Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement. 2. Contract Type and Performance: a. Provide feedback on contract type along with rationale for this type of work. How should the "risks versus rewards" be shared by the Government and contractor? How does the proposed contract type incentivize the contractor to perform high quality work at a reasonable price? Provide feedback regarding incentive fee, award fee, award term and/or other appropriate incentives for contractor performance in terms of: 1) Fixed Price requirements; 2) Cost type requirements. b. Suggest any portions of this procurement for which fixed price contracting could be utilized. Provide rationale, risks, and feasibility for each portion. 3. Has your company performed contract work requiring certification by the Texas Commission on Fire Protection? If so, please describe your experience. There are other professional qualifications, licensing, and certification requirements for the proposed contract you should be aware of, that your company must meet as described in the statement of work. Attachment 3- Organizational Conflict of Interest (OCI) Request for Information: NASA/JSC is requesting information from industry regarding potential organizational conflicts of interest (OCI) arising from CSFO II. The nature of work anticipated under CSFO II may create the potential for OCI as described in FAR Subpart 9.5. Each interested party should review FAR Subpart 9.5 in light of NASA's anticipation of OCI issues and consider carefully the extent to which an OCI may arise before making the decision to compete for the CSFO II contract. A link to the NASA Guide on Organizational Conflicts of Interest has been posted to the CSFO II procurement website at: https://procurement.jsc.nasa.gov/csfo2 /; please reference this document for additional information about NASA's policies with respect to OCI issues. Specifically, NASA anticipates that the effort under the CSFO Follow-on will include the following types of tasks which could lead to potential OCI issues. This list is not all inclusive. •Assessment of ground-based hardware designs, analysis, and models developed for the JSC by Contractors, and Space Act Agreement Participants; •Assessment of new technology disclosures (aka "invention disclosures") including, for example, new and novel hardware, software, and processes; •Access to Government Sensitive or Privacy Act Information such as pre-decisional information associated with on-going or future NASA projects that may result in future competitive procurements or personal injury data and rates of other contractors; •Access to a Contractor, or Space Act Agreement Participant's proprietary information where said Contractor, and Space Act Agreement Participant is not the CSFO Contractor; •Safety oversight for test and evaluation of hardware and procedures; •Safety surveillance of construction and facility operations, facility inspections, safety reviews of facility design and modification, and preliminary mishap investigations. These types of tasks could lead to the following categories of OCI issues depending on the composition of the team selected for the CSFO Follow-on contract: •Unequal access to nonpublic information of the type that may provide the follow-on contractor an unfair competitive advantage in a later competition for a Government procurement contract; •Potential impaired objectivity if the follow-on contractor or its subcontractors are assessing data developed by themselves, related companies (e.g., affiliates, joint ventures, partnerships, etc.), or subcontractors; •Potential impaired objectivity if the follow-on contractor or its subcontractors or related companies are responsible for assessing or performing safety and mission assurance for hardware or data generated by the follow-on contractor, its subcontractors, or related companies under another JSC contract, grant, cooperative agreement, or Space Act Agreement; or •Potentially creating biased ground rules by providing technical assessments and advice to NASA personnel on specific technologies and methodologies that may affect NASA's preparation of a specification of work, other contractual requirements, or NASA's evaluation of proposals in a future competitive procurement. Interested parties are requested to address the following questions: 1.What type(s) of OCI issues would your company or potential team identify, if any, should you choose to propose on the CSFO II contract? 2.What strategies would you anticipate proposing to mitigate the OCI issues that you identified (if any)? Please provide strategy details, previous examples/experience with other contracts with NASA or other agencies, etc. 3.Are there any other types of potential OCI issues with the proposed CSFO II that were not identified in this RFI? 4.Does your company foresee any OCI issues associated with the CSFO II that would cause you to decide not to propose on the potential RFP? NASA will review any responses received regarding potential OCI and each interested party's proposed OCI mitigation strategy. NASA will respond to each company who submits a mitigation strategy. NASA's response will simply be an attempt to examine circumstances which might lead to or eliminate an OCI and is not intended to serve as a confirmation that, in fact, all potential OCI have been identified, an OCI may ultimately exist, or that an interested party is capable of successfully eliminating or mitigating an identified OCI. NASA's response is also not intended to encourage or discourage any interested party from responding to an RFP issued for CSFO follow-on in the future. Furthermore, NASA's response in no way alters or interprets FAR 9.5 as it applies to a final statement of work or a final proposal submission, should an interested party elect to submit a proposal to an RFP issued for the CSFO follow-on. Subsequent to the initial OCI submission and NASA's response, the Government will not consider further information as it relates to this RFI. RESPONSES Interested parties are requested to provide electronic responses limited to no more than 20 pages for your entire response, using no less than 12 point Times New Roman font. The documents on the NASA procurement website are for information and planning purposes, to allow industry the opportunity to comment, and to promote competition only. The information received will not be released to the public, but may be used to refine requirements and develop the best approach for any follow-on contract strategy. Information used in such a manner may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI that is marked as "Confidential", "Commercial" or "Financial Information" will be considered voluntarily submitted in accordance with the Freedom of Information Act. In accordance with FAR 15.201(e), responses to this RFI 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. To facilitate teaming arrangements, the Government intends to post the names, addresses, and points of contact of all respondents on the CSFO II website for this acquisition, unless specifically requested not to do so by the respondent. The Government will not pay for any information received and will not reimburse preparation costs related to this RFI. No evaluations, results or responses will be issued to the interested parties, except as otherwise provided in Attachment 3, OCI. 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 as well as the CSFO II procurement website. It is an interested party's responsibility to monitor these sites for the release of any solicitation or synopsis. All responses shall be submitted via e-mail to Steven Fletcher, Contracting Officer, at steven.d.fletcher@nasa.gov no later than 4:00 p.m. CST on Thursday, March 1, 2018. Please reference 80JSC18CSFOII in your response. Interested parties are responsible for checking this website for further information and updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/747a011cc37bc015f4927274e8752202)
 
Record
SN04824441-W 20180217/180215231513-747a011cc37bc015f4927274e8752202 (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.