Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOURCES SOUGHT

D -- Center Operations Building Automation (COBA) Support

Notice Date
3/1/2018
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
80MSFC18R0025
 
Archive Date
3/31/2018
 
Point of Contact
Brian K. Coppock, Phone: 2569617413, Anita J. Ayers, Phone: 2569612117
 
E-Mail Address
brian.coppock@nasa.gov, anita.j.ayers@nasa.gov
(brian.coppock@nasa.gov, anita.j.ayers@nasa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Request for Information (RFI) Number: 80MSFC18R0025 Notice Type: Sources Sought NASA Marshall Space Flight Center (MSFC) is hereby soliciting information from potential sources for MSFC Center Operations Building Automation (COBA) services. The existing effort is being performed under MSFC Contract NNM16AA27C by Aetos Systems, Inc., Huntsville, Alabama. Contract NNM16AA27C is a firm fixed price contract awarded under the SBA 8(a) Business Development Program. The period of performance for this contract is October 1, 2016 through September 30, 2018. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS BEING USED TO OBTAIN INFORMATION FOR PLANNING PURPOSES ONLY. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is subject to FAR 52.215-3 and is issued for planning purposes (FAR 52.215-3(c)). MSFC is seeking capabilities from eligible 8(a) Small Businesses to satisfy the Government’s requirements for a follow-on procurement. Any resultant procurement will utilize the North American Industry Classification System (NAICS), Code 541513 Computer Facilities Support Services. If your company has an interest in this acquisition, you are advised that in order to be eligible to compete as a prime contractor under a potential competition your company is required to be an SBA 8(a) Program participant, within the requisite size standard, under the above NAICS code. The preliminary requirements for the proposed procurement are outlined below. It is anticipated that the potential contract period of performance will be five (5) years. Performance Summary The COBA requirement specifies technical, managerial, and administrative work needed to ensure the successful operation, maintenance, optimization, and development of MSFC’s Utility Control System (UCS). UCS refers to the Center’s Building Automation System (BAS) which provides the automated centralized control and monitoring of the Center's Heating, Ventilation and Air Conditioning (HVAC), lighting, safety, and other systems. The UCS is a distributed control system that includes the computer networking of electronic devices designed to monitor and control the majority of MSFC’s critical and non-critical areas. UCS core functionality keeps building climate within a specified range, provides light to rooms based on an occupancy schedule, manages alarms, performs energy management activities (which includes identifying and implementing Energy Conservation Measures (ECM)), monitors performance and device failures in all related systems, and provides alarm notifications. The COBA requirement includes the operation and maintenance of all UCS hardware and software while ensuring compliance with NASA’s Information Technology (IT) and Operational Technology (OT) policies and guidelines. Other activities incorporated in this requirement that ensure successful operational management of this system include, but are not limited to, data analysis, BAS programming, design review, graphics generation, Computer Aided Design (CAD), electronic repair, server administration, network/system domain administration, reporting, and after-hour trouble call desk support. The COBA requirement is considered mission essential and therefore shall provide continuous (24/7) control room operations without disruption in service independent of weather events or center/base closures. The UCS control room, office space, repair shop, and server room all reside in Building 4250. The UCS covers approximately 165 buildings at MSFC and is connected to monitor and control points through approximately 4000 programmable electronic devices. The current BAS operating software is InfoScan manufactured by Dorsett Technologies. Interested eligible SBA 8(a) Program participant firms having the required specialized capabilities to meet these requirements should submit a capabilities statement of 10 pages or less describing their capability to perform the effort. Responses shall include the following: 1) Name and address of firm including the names of two points of contact to include their titles, business address, telephone number, and e-mail address. 2) Current business size for the NAICS Code 541513. 3) Affiliate information: Parent company, joint venture partners, and potential teaming partners. 4) Number of years in business. 5) SBA 8(a) Program Case No., entrance date, and exit date. MSFC will not publicly disclose proprietary information obtained as a result of the RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as proprietary will be kept confidential. Interested organizations may submit their capabilities to perform the effort in writing to Brian K. Coppock, Contracting Officer, NASA Marshall Space Flight Center at brian.coppock@nasa.gov not later than 5:00 PM CST on Friday, March 16, 2018. Please include the RFI reference number shown above on all submittals. Oral communications are not acceptable in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available via internet at the FedBizOpps (FBO) website https://www.fbo.gov/. It is the offeror's responsibility to monitor the FBO 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. Contracting Office Address: NASA/George C. Marshall Space Flight Center Office of Procurement, Marshall Space Flight Center, AL 35812 Primary Point of Contact: Brian K. Coppock brian.coppock@nasa.gov Phone: 256-961-2082
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d23c14e0c0cec9873b1f4ca08edd145)
 
Place of Performance
Address: NASA / Marshall Space Flight Center, Huntsville, Alabama, 35812, United States
Zip Code: 35812
 
Record
SN04839617-W 20180303/180301231340-1d23c14e0c0cec9873b1f4ca08edd145 (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.