SOURCES SOUGHT
Z -- Facilities Operations and Maintenance Services
- Notice Date
- 2/10/2016
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG16572637L
- Archive Date
- 11/30/2017
- Point of Contact
- Debbie K. Knox, Phone: 301-286-2131
- E-Mail Address
-
Debbie.K.Knox@nasa.gov
(Debbie.K.Knox@nasa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC), Greenbelt, Maryland is soliciting information from potential sources experienced in performing Facilities Operations and Maintenance Services (FOMS). The overall GSFC site is approximately 1,428 acres, and consists of buildings, roadways, parking areas, open spaces, underground utility infrastructure with utility plants. GSFC has 36 major buildings and 114 minor structures on-site that range in complexity from clean rooms, mission operations facilities, and laboratories to major office complexes and warehouses. The current square footage of GSFC buildings is approximately 3.7 million gross square feet. Facilities at GSFC include unique world-class prototype laboratories, clean rooms, satellite tracking centers, office buildings, computing facilities, storage facilities, underground utilities and central utility plants. FOMS shall be provided 24/7 and will often require innovative approaches to meet challenging Research and Development requirements and schedules. Preventive maintenance, repairs, trouble call response, reliability centered maintenance (RCM), maintenance planning, central plant operations, safety, code compliance (electrical, mechanical, fire, etc.), energy management, information management, operational building monitoring, seamless integration and responsiveness will be key elements to successfully performing this work. GSFC is seeking capability 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 Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for FOMS III. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Following is a summary listing of the type of work that will be included under the FOMS III follow-on contract. The contractor will be responsible for the operations, maintenance and repair of facilities systems, and collateral equipment including: high and low voltage electrical, heating, ventilation, air conditioning/refrigeration (HVAC/R), plumbing, fire protection, underground utilities, electrical substations, and two Central Plants that provide steam, chilled water, and emergency power. Also included are building structures, building envelopes, architectural elements (windows, doors, finishes, etc.), roads, parking lots, walkways, life safety systems, elevators, uninterruptible power supply (UPS) systems, power monitoring, plant control system, and a utility control system (UCS). The contractor will operate the Facilities Operations Console (FOC) on a 24/7/365 days basis. The functions of the FOC include, but not limited to: monitoring of critical alarms, life safety fire alarm system, computerized Energy Management Control System (EMCS), radio dispatch and coordination of contractor maintenance and repair crews, power plant personnel work activities, and building engineer rounds. Additional services to be performed by the contractor include, but are not limited to, planning and plant engineering, commissioning and operational readiness review, RCM support, critical systems management, pest control, and heavy equipment operator. This contract will also include an indefinite delivery/indefinite quantity (IDIQ) portion. Services to be performed by the contractor may include snow and ice removal, painting, roofing, asbestos and lead abatement, and special events support. These services vary based on Center or mission requirements. As the services are needed, the work to be performed will be identified through the issuance of Task Orders. The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services, with a size standard of $38.5 million. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Eric.M.Holmes@nasa.gov. Procurement related questions should be directed to: Debbie.K.Knox@nasa.gov. This requirement is not considered a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Debbie.K.Knox@nasa.gov no later than March 11, 2016. Please reference NNG16572637L in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG16572637L/listing.html)
- Place of Performance
- Address: NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, Maryland, 20771, United States
- Zip Code: 20771
- Zip Code: 20771
- Record
- SN04016493-W 20160212/160210234646-3f4f43c81be9c0eedf66363eab7d1a0f (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 |