SPECIAL NOTICE
F -- Environmental Compliance and Operations 3 (ECO3)
- Notice Date
- 1/25/2022 6:44:14 AM
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC022ECO3
- Response Due
- 2/24/2022 3:00:00 PM
- Archive Date
- 02/24/2024
- Point of Contact
- Elizabeth D. Tapia, Jerry G. Meeks, Jr.
- E-Mail Address
-
jsc-wstf-eco3@mail.nasa.gov, jsc-wstf-eco3@mail.nasa.gov
(jsc-wstf-eco3@mail.nasa.gov, jsc-wstf-eco3@mail.nasa.gov)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO�THIS NOTICE. This notice is issued by NASA's Lyndon B. Johnson Space Center (JSC) White Sands Test Facility (WSTF) as a Sources Sought Synopsis seeking capability statements from all interested parties, Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for ECO3. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. It is anticipated that WSTF will issue a solicitation for environmental compliance, restoration and sustainability services with a maximum award value anticipated not to exceed $80 Million over a 5-year period of performance. The Environmental Compliance and Operations 3 (ECO3) is a follow-on effort to the current ECO2 Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ) hybrid contract which contains both Cost Reimbursable (CR) and Firm-Fixed-Price (FFP) Task Orders to support NASA/WSTF in Las Cruces, New Mexico. The planned effort is anticipated to be similar in scope to the current ECO2 Contract and will provide: Multi-media environmental compliance services including hazardous and solid waste management, air emission program management, wastewater system oversight, permit compliance, tank system compliance, natural and cultural resources management, drinking water compliance, regulatory review and strategy development, deliverable management, and regulatory agency reporting. Environmental restoration program services including professional engineering and scientific support for large-scale groundwater treatment system operations, system maintenance requirements, groundwater monitoring, data analysis, field investigation, corrective action activities, modeling, and permit compliance. Sustainability program services including recycling, waste minimization, sustainable acquisition chemical substitution and pollution prevention activities�acquisition, chemical substitution, and pollution prevention activities. General environmental operational support including overall program management, project planning and execution, schedule and budget management, safety and health program oversight, records management, procurement support, training oversight, IT resource management, and quality and environmental management system oversight. The anticipated North American Industry Classification System (NAICS) code for this procurement is 562910, Remediation Services, and the size standard is 750 employees. REQUEST FOR INFORMATION - Industry is invited to provide input on the anticipated Streamlined Evaluation Approach and contract type. Industry is encouraged to identify and provide rationale for any incentives which would most motivate your company, any portion(s) of this procurement for which firm-fixed-price contracting could be utilized, and any alternatives you would like NASA to consider. The information received will not be released in its submitted form but may be used in developing the best approach for follow-on strategies, and therefore may be recognizable. The final Request for Proposal (RFP) may or may not include the strategies described herein. SPECIFIC COMMENTS SOUGHT - The Government specifically requests comments relative to the following areas: 1. What changes, if any, would you suggest for the proposed draft PWS and why? Include any areas that need clarification or are deemed unnecessary that could be eliminated/modified. 2. Identify any requirements from the draft PWS that in your opinion are not suitable to contract as FFP and provide rationale to support your position. 3. Identify any barriers to competition and how they could be mitigated to foster a more competitive environment for this� procurement. 4. Provide any feedback on NASA�s potential use of a Streamlined Evaluation Approach instead of using a typical evaluation that would require NASA to evaluate strengths and weaknesses for specific evaluation factors (i.e. Mission Suitability and its subfactors), reference NASA FAR Supplement (NFS) 1815.304-70, NASA Evaluation Factors. a) NASA is considering implementing a Streamlined Evaluation Approach as a simplified best value source selection strategy that permits a trade-off between Cost/Price, Past Performance and Value Attributes (VA). A VA is defined as any technique or process proposed by the Offeror that provides an innovation or approach that increases the efficiency or effectiveness of performance above basic requirements. These VAs are proposed techniques or processes NASA would consider valuable and advantageous to meet its needs. The evaluation approach will require an Offeror�s proposal to be evaluated first for Technical Acceptability before a trade-off is considered. The trade-off will be based on the relative importance between Cost/Price, Past Performance, and VAs. b) Specifically, NASA is seeking feedback in the use of VAs in the evaluation strategy. Additionally, NASA seeks feedback as to what VAs, if any, should be evaluated. An example of a possible VA could be how an Offeror proposes to increase operational flow rates for the current WSTF groundwater treatment system. c) Identify any concerns or issues of using the potential Streamlined Evaluation Approach that may impact proposal development, contract negotiations or contract execution. Discuss any pros/cons of performing a trade-off inclusive of VAs in regard to the Offeror's ability to demonstrate its technical and performance capability to meet ECO3 requirements. 5. Provide feedback and rationale on any other topics you would like to address regarding this potential procurement. Interested parties are requested to submit their capabilities and qualifications to perform the effort.� Responses shall include the following: a. Name and address of firm and Point of Contact information. b. Size of business. c. Average annual revenue for the past three (3) years. d. Number of employees. e. Whether the firm is an SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI, and/or 8a. f. Number of years in business. g. Affiliate information: parent company, joint venture partners, and potential teaming partners. h. If you plan to propose as a prime or as a subcontractor. i. A list of contracts covering the past three (3) years with an emphasis on work performed on a Federal installation. Please provide contract numbers, contract type, the dollar value of each procurement, point of contact (address and phone number), and indicate if your firm was a prime or subcontractor. If work was performed as a subcontractor, please indicate the percentage of work/subcontract dollar value. j. From the list above, please identify those contracts you consider most relevant to the work of this effort. Please provide a brief summary of similar work accomplished as compared to this scope. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than seven (7) pages indicating the ability to perform all aspects of the effort. All responses to the above questions 1 through 7 and ""a"" through ""j"" shall be submitted electronically via email. The total page count is limited to seven (7) pages using no less than 12-point Times New Roman font and 1� margins. Please send all responses via email to Elizabeth Tapia and Jerry G. Meeks Jr. at (jsc-wstf-eco3@mail.nasa.gov). Your response is requested no later than 4:00 p.m. MST on February 24, 2022. In order to facilitate teaming arrangements, an Interested Vendors List is enabled on this SAM posting. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. Potential offerors are responsible for monitoring this site for the release of any future solicitation or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Please do not submit proprietary information. Data submitted as part of Industry's responses marked ""proprietary"" will not be reviewed. A website for the ECO3 acquisition has been developed at the following link:��https://www.nasa.gov/jsc/procurement/eco3.� Interested parties are responsible for checking this website for further information and updates. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in sam.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c0fc3816035465d8ac06a061cce622e/view)
- Place of Performance
- Address: Las Cruces, NM 88012, USA
- Zip Code: 88012
- Country: USA
- Zip Code: 88012
- Record
- SN06223258-F 20220127/220125230101 (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 |