NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

IMPLEMENTATION MAINTENANCE OPERATION OF CENTRAL PROCESS SYSTEMS


Synopsis - Sep 03, 2008

General Information
Solicitation Number: N/A
Reference Number: NNC08SS001
Posted Date: Sep 03, 2008
FedBizOpps Posted Date: Sep 03, 2008
Original Response Date: Sep 19, 2008
Current Response Date: Sep 19, 2008
Classification Code: J -- Maintenance, repair and rebuilding of equipment
NAICS Code: 561210 - Facilities Support Services

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

Description
 
NASA Glenn Research Center is seeking qualified Small Businesses, Small Disadvantaged Businesses, which also include those that are Women-Owned, HUBZone, and/or 8(a) firms capable of performing under an Implementation, Maintenance, Operation of Central Process Systems (IMOC) contract for the National Aeronautics and Space Administration (NASA), Glenn Research Center (GRC), Cleveland, Ohio. As part of this Performance Work Statement (PWS), the Contractor shall provide operations, maintenance and implementation of tasks for the Central Process Systems, collateral equipment, and other related functions as described herein. These activities shall emphasize supporting the research (aeronautical and space) missions of GRC in a safe, reliable, and timely manner, with minimum disruptions to the Center operations.

This contract is for the operations, maintenance and implementation of tasks for the systems and equipment that support the Mission research and development functions of the Center. The systems and equipment to be maintained under this contract are housed in various buildings as listed below. The building names are provided for information and clarification only. Central Control Building (CCB) - Building 143; Central Air Equipment Building (CAEB) - Building 64; Engine Research Building (ERB) - Buildings 5, 23, 24, 37 & 38; Variable Frequency (VF) - Building 23; Cooling Towers (CT) - CT 1 & 4 (Building 9), CT 3 & 6, CT 5; Substations Controls (SUB Control Equipment only); Exhauster 38 & 39 - Building 114. Institutional-type building maintenance is not required under this contract.

Central Process Systems (CPS): The various aeronautical research test beds, platforms, or facilities at the GRC conduct “real time” testing of jet engines, engine components and other related systems. To replicate the conditions encountered in flight, high speed and/or high altitudes, GRC utilizes very large air compressors. To simulate speed, some compressors produce air pressures ranging from 40 to 1250 psig. Other compressors, called “exhausters”, create vacuum conditions that simulate altitudes up to 90,000 feet. For this reason GRC research is dependent upon a reliable source of air, distributed at multiple locations, pressures, temperatures and dew points. The CPS consists of standard equipment on a very large scale including air preconditioning equipment to dry, heat and cool air; compressors; hydraulic systems; cooling towers; variable frequency high voltage power systems; centralized computer controls and a variety of other components. The specialized systems and equipment that produce and distribute these products are part of the CPS infrastructure to be operated, maintained, repaired, and modified under this contract.

Substations Controls: Twelve (12) substations and their associated breakers are controlled and monitored by Government personnel in Building 143. The Contractor shall perform maintenance on all instrumentation and control devices that interface with the Central Process Distributed Control System (CPDCS) required for these substations and its associated control equipment.

Offerors shall submit a capability statement that addresses the above criteria. North American Industry Classification System (NAICS) code for this procurement is 561210. NO SOLICITATION EXISTS; THEREFORE, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized at www.FedBizOpps.gov. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. In order to ascertain the method of procurement for the services outlined above, qualified Small Businesses, Small Disadvantaged, HUBZone, Women-Owned Small Business, and/or 8(a) firms are invited to submit their “CAPABILITY STATEMENT” to the NASA Glenn Research Center. Information to be provided SHALL include, but not limited to, name and address of firm, size of business; average annual revenue for the past 3 years and number of employees; ownership, whether they are a Small, Small Disadvantaged, 8(a), HUBZone, and/or Woman-Owned business; number of years in business; affiliate information; parent company; joint venture partners; potential teaming partners; prime contractor (if you are interested as a potential subcontractor); list of customers covering the past 3 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and points of contact addresses and phone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 10 PAGES IN LENGTH. Technical questions may be directed to: Robert Gedeon, 216-433-3116 or Robert.D.Gedeon@nasa.gov. Procurement related questions may be directed to: Cheryl Washam, NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 500-312, Cleveland, Ohio 44135, E-mail address: Cheryl.A.Washam@nasa.gov. In responding reference IMOC. Capability Statements SHALL be submitted no later than September 19, 2008. This synopsis is for information and planning purposes only 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. Respondents deemed fully qualified will be considered in any resultant solicitation for this requirement.


Point of Contact
Name:Cheryl A. Washam
Title:Contracting Officer
Phone:216-433-2794
Fax:216-433-5489
Email:Cheryl.A.Washam@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: