|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686NASA Ames Research Center, Acquisition Division, Mail Stop 241-1,
Moffett Field, CA 94035-1000 Z -- FACILITIES MAINTENANCE - REVISED SOL RFI2-36523(JMS) DUE 031797
POC Contracting Officer: Jeanne Stevens, (415)604-0065, Fax:
(415)604-4646 Sources sought to provide facilities maintenance
primarily at NASA Ames Research Center and Moffett Federal Airfield,
Moffett Field, California. This notice cancels and supersedes the
previous sources sought synopsis for this requirement issued in May,
1996. This notice more accurately describes the scope of our
requirement. Response to the previous sources sought synopsis will no
longer be considered. You must resubmit your capability state ment in
accordance with the requirements listed below. Facilities Maintenance
includes: Planning and implementation of a compre hensive maintenance
program covering electrical, mechanical, plumbing, pipefitting, utility
services, heating, ventilating, air conditioning, and refrigeration
(HVAC/R) services, and building trade services. The contractor will be
required to determine what is to be maintained, the appropriate level
of maintenance, per formance of the maintenance tasks, measurement of
the effectiveness of maintenance to determine adequacy of the program,
and redesign of portions of the program not achieving satisfactory
results. Critical to this process will be the ability to apply modern
maintenance management techinques such as Reliability Centered
Maintenance strategies to determine the optimum mix of preven tive,
predictive, reactive, and proactive maintenance practices. Another
important responsibility will be the operation and maintenance of
automated Government systems for planning and management of the
maintenance process. The successful offeror will provide all
management, personnel, tools, equipment, replace ment parts and
materials to perform these services. Some existing equipment will be
available to the offeror. The performance period will be for five
years, including one base period and four, one- year options. A
performance-based, fixed-price, indefinite delivery type contract is
anticipated. The estimated magnitude of the requirement is between $5
to $10 million per year. The standard industrial classification (SIC)
code is 8744, base maintenance. Interested sources should provide a
capability statement to the address below. This statement should
include the following: 1) Name and address of firm; 2) size of
business, including annual revenue for SIC code 8744 and entire
business, and total number of employees; 3) ownership, i.e.
large/small/small disadvantaged/ 8a/or woman owned; 4) year firm
established; 5) names of two prin cipals to contact, including title
and telephone number; 6) previous experience: include for on-going
contracts or contracts completed within the last five years under SIC
code 8744: a) name of contracting activity or company; b) contract
number; c) contract type, i.e. firm-fixed price, cost plus, indefinite
quantity com bination, etc.; d) period of performance; e) total
contract value, including actual costs for past contracts; f) summary
description of contract work performed; g) contracting officer name and
telephone number; h) contracting officer's technical represen tative or
primary point of contact, name and telephone number; i) list of major
subcontractors including name, adddress and telephone number of primary
point of contact; 7) also provide information in the following areas;
a) discuss your ability to effectively use, operate, and maintain
Government furnished Computerized Maintenance Mangement System (CMMS);
b) discuss your ability to effectively use, operate and maintain a
Government furnished facility automation system over a large network
monitoring approximately 120 buildings in a combination airfield and
research laboratory environment; c) discuss your capabilities in
operating and managing a Service Call Center (Trouble Call Disk); d)
based on your experience, assess the degree to which Reliability
Centered Maintenance (RCM) concepts are in place or are being
implemented or integrated into a maintenance program by your company;
e) discuss your experience in using modern Predictive Testing and
Inspection (PT&I) technology and equipment. What is the extent of your
knowledge and usage of PT&I technologies in assessing or analyzing
plant equipment? f) Discuss your knowledge, understanding, and
compliance with Federal, State and local regulations and policies
pertaining to environmental health and safety issues and concerns in
implementing a main tenance program. Please limit your responses to no
more than 20 pages total. The type shold be no smaller than 12 pt.
pica. A page is defined as one single-side. Your capability statement
is requested by October 7, 1996 to NASA Ames Research Center, Attn:
Jeanne Stevens, Mail Stop JAC: 241-1, Moffett Field, CA 94035-1000.
Statements may be submitted by mail, fax, or electronic submission in
Microsoft Work version 5 or 6 format. This synopsis is for information
and planning purposes only. All information submitted is at offerors
own expense. Your response will be evaluated against our requirement.
Respondents will not be notified of the results of the evaluation. The
Government reserves the right to consider a small business set-aside
based on the responses recieved. All capability statements must be in
writing. Fax statements are acceptable at 415/604-4646. Verbal
statements will not be accepted. All responsible sources may submit a
capability statement which will be considered by the Agency. The
Government anticipates release of a draft Request for Proposals (RFP)
on or about November 15, 1996, with the final RFP release in February
1997. Contract performance will begin in August, 1997. NOTE: The draft
and final RFPs will be available on the NASA Ames Research Center Home
Page at the address listed below. If you do not have this access, you
may request a hard copy of the draft and/or final RFP via a mail or fax
to the address above. HARD COPIES OF THE DRAFT AND/OR FINAL RFP WILL BE
MAILED OUT BY REQUEST ONLY. NASA Ames Research Center has an active
Home Page. It is available at the following
URL:http://Procure.arc.nasa.gov/Acq/Acq.html via a world wide web
browser such as Mosaic, Netscape, or similar application. The Home Page
contains our synopses, subsequent solicitations, and information on the
NASA acquisitions, and related helpful information. (0264) Loren Data Corp. http://www.ld.com (SYN# 0075 19960923\Z-0013.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|