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

FACILITIES MANAGEMENT SERVICES AT GODDARD SPACE FLIGHT CENTER


Synopsis - Oct 29, 2008
Modification 01 - Posted on Dec 05, 2008

General Information
Solicitation Number: N/A
Reference Number: NNG09Z21001L
Posted Date: Oct 29, 2008
FedBizOpps Posted Date: Oct 29, 2008
Original Response Date: Dec 12, 2008
Current Response Date: Dec 12, 2008
Classification Code: M -- Operation of Government-owned facilities
NAICS Code: 561210 - Facilities Support Services

Contracting Office Address
 
NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771

Description
 
This notice is issued by NASA Goddard Space Flight Center (GSFC) to post a Request for Information (RFI) via the internet and solicit responses from interested parties. This RFI is an attempt to locate businesses experienced in performing integrated Facilities Management Services including Planning, Estimating, Engineering, Construction, and Operations and Maintenance. Facilities at GSFC include unique, world-class, prototype labs, clean rooms, satellite tracking centers and central utility plants. These services shall be provided 24/7 and will often require innovative approaches to meet challenging Research and Development requirements and schedules. Safety, code compliance (electrical, mechanical, fire, etc.), Leadership in Energy and Environmental Design (LEED), energy management, information management, technical capability, seamless integration and responsiveness will be key elements to successfully performing this work. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. GSFC is only interested at this point in identifying interested and capable contractors that could perform these services. Respondents will not be notified of the results.

NASA is seeking capabilities from small, small disadvantaged and women owned small businesses for the appropriate level of competition and/or small business subcontracting goals for these requirements. Comments and information on the following are requested: (1) Company Cage Code, DUNS, name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the consolidated requirement would be (a) Prime Contractor; (b) Subcontractor; (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" in Item 4, indicate the functions for which you would plan to use subcontractors; (6) Provide information indicating your capability to mobilize, manage, and finance a large service contract such as this; (7) Indicate if your company primarily does business in the commercial or Federal Government sector; (8) Describe relevant commercial-sector contracts you have performed for similar combined services (if applicable); (9) Provide a list of relevant Federal Government contracts you have performed for similar combined services (if applicable), including (a) contract number and title; (b) contract type, dollar amount, and performance period; and (c) Government point of contact; (10) Indicate which NAICS code(s) your company usually performs under for Government contracts. Also include the amount of bonding with which you have performed these previous Government contracts. Provide suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract in providing quality services to GSFC.

Facilities Management Services at GSFC are currently provided under a number of separate contracts as detailed below. GSFC is considering consolidating all these services under a single contract. In addition to the information requested above, this RFI seeks industry comment regarding the concept of consolidating these services, what contract type would work the best, and any history or experience you have had with this type of effort for a military or Federal installation or organization.

Description of Requirement (this description is only a summary of the required services):

The Contractor shall provide Facilities Management Services for GSFC in Greenbelt, Maryland.

The overall GSFC site is approximately 1,270 acres and consists of roadways, parking areas, open spaces, underground utility infrastructure with utilities plants as well as buildings. GSFC has 34 major buildings and 114 minor structures on-site that range in complexity from clean rooms and laboratories to major office complexes and warehouses. The current square footage of GSFC buildings is approximately 3,475,171 gross square feet. The Contractor is responsible for the operations and maintenance of systems, structures, and collateral equipment contained within this square footage.

GSFC has a number of facilities conducting critical operations for the Agency. The availability of power, uninterruptible power supply (UPS), local exhaust ventilation (LEV), generators, elevators, fire protection system (FPS), utility controls system (UCS), compressed air, Heating, Ventilation, Air Conditioning, and Refrigeration (HVAC/R) systems in these buildings is critical to the success of their mission. A loss of electrical power or HVAC/R to these facilities would present an unacceptable interruption in operations. GSFC has three commercial power feeders. All major buildings have dual feeders for redundancy. Critical operations reside in many buildings, some of which have UPS and emergency generator backup in addition to the dual feeders. The central plants have redundant boilers, chillers and chilled water circulating pumps. The Contractor shall be responsible for assuring utility availability and reliability at all times.

Currently, the Facilities Management Services are provided as follows:

(1) Facilities Operations and Maintenance Services (FOMS). The Contractor provides operations and maintenance services to GSFC. The major services include: (a) Preventative Maintenance and Predictive Testing and Inspection of Center Infrastructure; (b) Operation and Maintenance of Central Power Plants and the High Voltage Shop; (c) Snow and Ice Removal; (d) Repair and maintenance of Center infrastructure and facilities, including but not limited to: HVAC and Compressed Air Systems, maintenance of distribution systems, elevators, fire detection/protection, water, storm and wastewater systems, energy management and Metasys control systems, food service equipment, and chemical exhaust systems; and (e) Provide mission critical services ensuring uninterruptible power to the buildings used to communicate with orbiting space craft, including the Shuttle, during missions. These services are currently provided under a Cost Plus Award Fee, Indefinite Delivery/Indefinite Quantity (CPAF IDIQ) type contract.

(2) Facilities Construction, Engineering, and Technical Services (FaCETS). The Contractor provides: (a) architectural and engineering (A/E) services for center funded and construction of facilities program design tasks; (b) engineering and technical services including engineering studies, surveys and investigations; (c) information resources services including CADD and GIS services to maintain building and site drawings, technical library management, and work intake control; configuration management and (d) construction services. A/E services, engineering, technical, and construction services will be for projects that include, but are not limited to, office buildings, ADP areas, shops, laboratories, highly technical research facilities, clean rooms, spacecraft and instrument test and integration areas, storage areas, utility buildings, interior and exterior utility systems and site improvements. Frequently, estimating, design, and construction services must be performed on projects ranging from $25K to $5M on an accelerated schedule to meet mission requirements. These services are currently provided under a Fixed-Price, Indefinite Delivery/Indefinite Quantity (FFP IDIQ) Award Term type contract. IT systems shall be integrated to comply with customer, Center and Agency reporting and management requirements. In addition to the services currently provided under this contract, a consolidated Facilities Management Services contract would require Computer Maintenance Management System (CMMS) and Building Information Modeling (BIM) information resources services.

(3) Landscaping and Grass Cutting Services. These services are currently provided under an FFP IDIQ type contract. This is an ABILITYOne Program contract awarded under the policies and procedures of FAR 8.7. These services could be included under the consolidated Facilities Management Services contract as a directed subcontract award to an ABILITYOne organization.

(4) Custodial Services. These services are currently provided under an FFP IDIQ type contract by a ABILITYOne organization. As with the preceding contract, this is an ABILITYOne Program contract and these services could be included under the consolidated Facilities Management Services contract as a directed subcontract award to an ABILITYOne organization.

(5) Trash and Recycling Services. These services are currently provided under an FFP IDIQ type contract.

(6) Roofing Management Program. These services are currently provided under an FFP IDIQ type contract.

(7) Chemical Water Treatment Program. These services are currently provided under an FFP IDIQ type contract.

(8) Concrete and Paving Services. These services are currently provided under an FFP IDIQ type contract.

(9) Painting Services. These services are currently provided under an FFP IDIQ type contract.

(10) Numerous Blanket Purchase Agreements (BPAs) for repair parts and services such as tree removal and fence repairs. These BPAs provide flexibility in responding to emergency requirements for maintaining facilities infrastructure.

The planned North American Industry Classification System (NAICS) code is 51210 (Facilities Support Services), with the applicable small business size standard of $32.5 million in annual gross receipts. Performance and Payment Bonds shall be required in the amount of $10 million each for the term of the contract.

Prospective offerors are invited to submit written comments or questions to: Randy J. Belew, no later than 12/12/2008. Responses to this RFI must reference NNG09Z21001L and be submitted via e-mail.

An ombudsman has been appointed -- See NASA Specific Note "B".

The solicitation is not currently available. When it is issued, the solicitation and any 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/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51

It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. We currently anticipate posting a draft solicitation in the second quarter of calendar year 2009 for industry comment.

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Randy J Belew
Title:Contract Specialist
Phone:301-286-6204
Fax:301-286-0247
Email:Randy.J.Belew@nasa.gov

Name:James M Debelius
Title:Contracting Officer
Phone:301-286-5491
Fax:301-286-0247
Email: James.M.Debelius@nasa.gov

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