Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2006 FBO #1518
MODIFICATION

M -- CENTER OPERATIONS SUPPORT SERVICES (COSS) FOLLOW-ON

Notice Date
1/20/2006
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ05122616L
 
Archive Date
1/20/2007
 
Point of Contact
Kelly R. Wilcutt, Contracting Officer, Phone (281) 244-7890, Fax (281) 483-4173, Email kelly.r.wilcutt@nasa.gov
 
E-Mail Address
Email your questions to Kelly R. Wilcutt
(kelly.r.wilcutt@nasa.gov)
 
Description
This is modification 6 to the synopsis entitled "Center Operations Support Services (COSS) follow-on," Solicitation No. NNJ05122616L, which was posted on August 2, 2005. Interested parties are invited to submit responses in the form of "Source Responses" regarding your interest(s) in the follow-on of the current COSS contract NAS 9-01056. Please review the Annex(es) descriptions below (or view the detailed Annex(es) of the current COSS contract NAS 9-01056 via the COSS website at http:procurement.jsc.nasa.gov/coss ). In your "Source Responses" please provide the following information: A) Which Annex(es) your company is interested in bidding on, as well as whether you plan to bid as a prime contractor or a subcontractor per Annex(es). B) Provide the business size(s) of your company (Large Business, Small Business, Small Disadvantaged Business (SDB), Woman-owned Business, Service Disabled Veteran-owned Business, Veteran-owned Small Business, HUBZone, HBCU/MI). C) A summary of your company qualifications and capabilities. D) You may provide additional information such as clarification and or explanation regarding the above that may be helpful in the Government's evaluation of the "Source Responses." Please limit your "Source Responses" to one page only. All "Source Responses" shall be received no later than January 30, 2006, 12:00 p.m., Central Standard Time. It is preferred that you submit your response via electronic mail (e-mail) to the Contracting Officer, Kelly R. Wilcutt, at the following address: cossseb@ems.jsc.nasa.gov. Please reference the Solicitation No. NNJ05122616L in your response. Please do not construe the above information as an indicator of the COSS follow-on Contract(s) strategy or a commitment(s) on the part of the Government. This "Sources Sought Synopsis" and "Source Responses" are for internal information and planning purposes on behalf of the Government only. "Source Responses" will not be made available to the public. The current COSS Contract (NAS 9-01056) Annexes general descriptions are provided (verbatim) as follows and detailed descriptions are available on the COSS website: ANNEX 1: Description This Annex identifies the Administrative Support Services that cannot be identified with a single annex or may be related to the performance of services throughout this Contract. Even though this Annex contains certain guidelines, the Contractor has the responsibility to establish a management program that is innovative and effective, and uses to full advantage the facilities and equipment provided by the Government. ANNEX 2: Description This Annex identifies the routine *Scheduled Maintenance (SM) and Repair (R) requirements for specified significant Structures, Facilities, Utilities, Systems and Subsystem components (SFUSS), Mobile Support Equipment (MSE), User Equipment (UE), and Installation - Accountable Government Property (IAGP). ANNEX 3: Description This Annex identifies miscellaneous services such as: surface painting and signage, hurricane plan support, support for special events, developing and maintaining the Technical Reference Library. The second portion of this Annex identifies the requirements necessary to support the ongoing Facility Condition Assessment Program for the government?s facilities, structures, and utilities. ANNEX 4: Description This Annex identifies the day-to-day operations, standing, recurring, and miscellaneous services required for utility systems. Even though specific guidelines/requirements and minimum standards have been established, the services to be performed will rely heavily on knowledgeable, experienced individuals capable of safely and efficiently operating the utility systems. The Contractor is required to operate the established utility systems, providing cost effective usage. Services addressed in this Annex include operator maintenance but do not include Repair or Scheduled Maintenance (SM) services (see Annex 2). ANNEX 5: Description This Annex identifies the facilities engineering support services required by the Government. Engineering called for in this Annex is exclusive of all engineering necessary to meet other Contract requirements as called for in other annexes. Days called out in this Annex are to be considered calendar days. ANNEX 6: Description This Annex defines the non-routine, firm-fixed price, Indefinite Delivery / Indefinite Quantity (IDIQ) portion of this Contract. The services to be provided include the management, planning, accomplishment, and Quality Control (QC) of a broad variety of Delivery Orders (DO). These services shall be furnished on an as needed basis, in response to DO's, which are issued and authorized by the CO per Section F. ANNEX 7: Description This annex defines the services required to provide grounds maintenance. Work methods and schedule will be defined in the Contractor developed Grounds Annual Work Plan. The type of vegetation is typical to that found in the middle Gulf Coast. Grasses on lawns consist of St. Augustine mixed with Bermuda. ANNEX 8: Description This Annex identifies the Information Technology Support Services that cannot be identified with a single annex or may be related to the performance of services throughout this Contract. Even though this Annex contains certain guidelines, the Contractor has the responsibility to establish a management program that is effective, innovative, and uses to full advantage the facilities and equipment provided by the Government. ANNEX 9: Description This Annex covers the services necessary to manage and implement the site-wide environmental program listed below. Annex 9 identifies the requirements the Contractor must meet to ensure that the Government is in compliance with all Federal, State, and local, environmental requirements and NASA JSC directives, procedures and policies. In contrast, the Annex 1 Environmental Program CLIN identifies the requirements that the Contractor must meet to ensure it complies with the same environmental requirements, directives, procedures and policies while performing work across the entire COSS contract. ANNEX 10: Description This Annex identifies supply services including acquisition, cataloging, stock control, inventory, storage and issue, and warehousing of supply items. This annex also includes temporary storage, program stock, office furnishings, carpet operations and radio communications. ANNEX 11: Description This Annex identifies property and equipment functions for acquisition, accountability, and redistribution and utilization of the property and equipment areas. The Contractor shall operate and maintain a total system database of documentation and disposal functions for the *JSC. It is to the Contractor?s benefit to purchase pallets from a vendor who sells recycled pallets and who will remove the Contractor?s unserviceable pallets. ANNEX 12: Description This annex describes the responsibilities for Moving and Hauling, Packing and Shipping, Rigging and Heavy Hauling, Driver Services, and Receive/Deliver Inbound Freight. It is the Contractor?s benefit to purchase pallets from a vendor who sells recycled pallets and who will remove the Contractor?s unserviceable pallets. ANNEX 13: Description Under this Annex the Government may acquire a broad range of services within the general scope of Center Operations Support Services (COSS) contract. Services of a type similar to those described in Annexes 1-5, 8-12 of this contract, subject to the ID/IQ order limitations specified in Section B, shall be construed as being within the general scope of this contract. ANNEX 14: Description This Annex identifies custodial support services at *JSC. This Annex is divided into two service categories, basic and periodic. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#116576)
 
Record
SN00970110-W 20060122/060120212643 (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.