|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704NASA/Goddard Space Flight Center (GSFC), Wallops Flight Facility (WFF),
Wallops Island, VA 23337 Z -- FACILITIES OPERATION AND MAINTENANCE AND MINOR CONSTRUCTION AT
NASA GSFC/WFF, WALLOPS ISLAND, VA. SOL RFC5-51368-618 DUE 103196 POC
Wilma S. Mooney, Contract Specialist, 757-824-1607,
wilma.s.mooney.1@gsfc.nasa.gov, James L. Mitchell, Contracting Officer,
757-824-1067, james.l.mitchell.1@gsfc.nasa.gov. The following is a
Request for Comment (RFC) -- This synopsis is for information and
planning purposes only and does not constitute a Request for Proposal
-- This procurement is for the Facilities Operation and Maintenance
(O/M) and Minor Construction at GSFC/Wallops Flight Facility -- This
procurement is a 100% Small Business Set-Aside with a SIC Code of 8744
and a Small Business Size Criteria of $20 Million -- The contractor
shall provide services for the facilities operation and maintenance
(O/M) of all GSFC/WFF facilities and equipment, including air
conditioning and refrigeration, ground water remediation, aviation fuel
farms, utility servives, electrical distribution systems, central steam
generating, water and wastewater plants and connecting distribution
systems, independent boilers and furnaces, personnel and equipment
elevators and lifting devices, and obstruction lights. In addition, the
services will require non-routine minor construction of existing
utility systems, buildings, and equipment, related to WFF activities.
The contractor will also be responsible for the removal, handling,
packaging, and storing of certain hazardous materials encountered in
the performance of work under the proposed contract. -- The period of
performance will be a 1-year base period with four 1-year option
periods -- GSFC/WFF is changing to performance based contracting -- The
purpose of the RFC is to afford industry an opportunity to comment on
any perceived issues with regard to the impact of Performance Based
Contracting and to allow the Government to receive the benefit of
industry comments -- The Government's purpose in providing an
opportunity for industry comment is to identify potential problem
areas, and provide alternative recommendations in order to enhance the
success of this initiative -- The Government believes industry
feedback is important, and is receptive to any and all ideas from
industry which would result in eliminating constraining requirements,
realizing cost savings, or highlighting potential technical or
contractual problem areas associated with this initiative -- Any
comments provided should not be viewed as a vehicle for presenting a
specific approach or product intended to be proposed but as an
opportunity to improve the final solicitation package -- Comments are
currently solicitated regarding the following: (1) Based on decreasing
budgets and a need to maintain facilities and services at prior fiscal
year levels, GSFC/WFF anticipates the award of a Cost-plus-award-fee
(CPAF) ''Performance Based'' Contract with a cost cap for all
Contractor furnished vehicles and a ceiling rate for OH & G&A. All
non-routine work will be ordered by the Contracting Officer by
individually estimated task orders. (2) Significant emphasis will be
afforded to past performance in providing base maintenance mission
services as an evaluation criterion in determining award. (3) GSFC/WFF
will require the eventual awardee to provide comprehensive mission
services, including the ability to respond appropriately to emergency
situations. (4) GSFC/WFF has attached a draft request for proposal,
including historical data. This data is from the current CPAF
Level-of-Effort (LOE) contract and shall in no way influence any
innovative ways of accomplishing the work under this performance based
conversion, contract type, and period of performance. (5) Data
Requirements and other referenced attachments are also provided. (6)
Comments regarding performance based conversion, contract type, and
period of performance are sought -- Comments, whether supportive or
critical, are earnestly solicited regarding every aspect of the
proposed initiative -- Replies are not mandatory -- The use of comments
received from industry to complete the final resulting solicitation
documents will be at the discretion of GSFC/WFF -- Any subsequent
solicitations will be synopsized prior to its release -- The Government
will not critique a potential offeror's comments and the RFC should not
be used by offerors to market their products/ services -- The
Government does not intend to pay for the information solicited and
will not recognize any costs associated with the submission in response
to the RFC -- Proprietary information is not being solicited --
Information considered to be proprietary, if any, should be identified
as such -- Response to this synopsis must be submitted in writing to
the Contracting Officer at the above address no later than 10/31/96.
The DRAFT RFP for the FACILITIES O/M AND MINOR CONSTRUCTION will be
available through NASA Acquisition Internet Services (NAIS) for
downloading from GSFC. The documents will be in Rich Text Format (RTF)
and Word Perfect 6.1 format and reside on the World-Wide Web server,
which may be accessed using client browsers, such as MOSAIC, Netscape,
etc. The WWW address, or URL, of the GSFC Procurement Office home page
is : ''http://procure.gsfc.nasa.gov''. Electronic versions of the
documents will be provided on the World Wide Web at
http://genesis.gsfc.nasa.gov/procure.htm, and by anonymous ftp to
genesis.gsfc.nasa.gov/public/web/solicita. See Numbered Note(s): 1.
(0291) Loren Data Corp. http://www.ld.com (SYN# 0123 19961018\Z-0014.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|