SOLICITATION NOTICE
Z -- Draft Request for Proposal: Ames Research Center Facilities Support Services II (AFSS II)
- Notice Date
- 4/8/2025 10:48:08 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
- ZIP Code
- 94035
- Solicitation Number
- 80ARC025R0001
- Response Due
- 4/28/2025 9:00:00 AM
- Archive Date
- 05/13/2025
- Point of Contact
- Anna Foreman, Andrea Lovell
- E-Mail Address
-
anna.m.foreman@nasa.gov, andrea.c.lovell@nasa.gov
(anna.m.foreman@nasa.gov, andrea.c.lovell@nasa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- You are invited to review and comment on the National Aeronautics and Space Administration (NASA) Ames Research Center�s (ARC) Ames Facilities Support Services II (AFSS II) solicitation. The principal purpose of this requirement is to provide operations, maintenance, and repair services to the Moffett Field site comprising of approximately 1960 acres, of which the ARC campus occupies approximately 389 acres. The ARC campus includes large wind tunnels, clean rooms, laboratories, computing facilities, shops, warehouses, administrative offices, research and mission support complexes, as well as overhead and underground utility systems, utility yards and vaults, and paved surfaces. Moffett Field contains approximately 5 million square feet of floor space including (primarily) office space, technical/laboratory space, and mechanical/storage spaces. Potential offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches; and any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or other programmatic risk issues associated with performance of the work. Potential offerors are also encouraged to comment on the DRFP Contract Line-Item Number (CLIN) structure, Performance Work Statement (PWS), classification of any labor categories, and any unique terms and conditions. ARC is interested in lowering maintenance costs by extensively using predictive testing and inspection (PT&I) and remotely monitored condition-based maintenance (CBM) techniques and technologies. Additionally potential offerors are encouraged to comment specifically on any requirements or evaluation terms that are unclear and what revisions, if any, would make it more likely for a potential offeror to submit a proposal to a future RFP for this procurement. This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP neither commits NASA ARC to pay any proposal preparation costs, nor does it obligate NASA ARC to procure or contract for this requirement. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Any comments regarding the DRFP should be submitted electronically in writing, to Anna Foreman, Contracting Officer, at Anna.m.foreman@nasa.gov, within 21 calendar days after the release of this DRFP. If a respondent believes their comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. Some DRFP questions and comments may receive a posted response to the Government Point of Entry if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The following documents have not been uploaded as of 04/03/2025: J.1(b) Attachment 2: Standard Labor Category Descriptions J.1(b) Attachment 5: Quality Assurance Survillence Plan - Added 4/8/2025 Performance Work Statement Attachments as described in Section 14 of Attachment 1, Section J.1(a). Thank You, Anna Foreman Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/28b11151015c415fa094fc1f89371b75/view)
- Place of Performance
- Address: 0, CA 94035, USA
- Zip Code: 94035
- Country: USA
- Zip Code: 94035
- Record
- SN07401091-F 20250410/250408230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |