NASA Ames Research Center is hereby soliciting information about potential sources for providing Facilities Maintenance Services at NASA Ames Research Center. The broad scope of the requirement includes the facility maintenance services necessary for a large campus environment consisting of approximately 125 facilities spread over an area exceeding 1800 acres. The facilities range in purpose from general office activities to state of the art research facilities and range in age from relatively new to over 60 years old. The Facilities Maintenance requirement includes: Planning and implementation of a comprehensive maintenance program covering the following Technical Areas: electrical; mechanical; plumbing; pipefitting; infrastructure utility services; heating, ventilating, air conditioning, and refrigeration (HVAC/R) services; environmental services; maintenance engineering; grounds maintenance; and building trade services. The Contractor shall be required to determine what should be maintained, the appropriate level of maintenance, performance of the maintenance tasks, measurement of the effectiveness of maintenance to determine adequacy of the program, and redesign of portions of the program to assist in achieving effective results. Critical to this process will be the ability to apply modern maintenance management techniques such as Reliability Centered Maintenance strategies to determine the optimum mix of preventive, predictive, reactive, and proactive maintenance practices. Another important requirement will be the operation and maintenance of automated Government systems for planning and management of the maintenance process.
This request relates to the planning activities associated with the follow-on requirement for Facility Maintenance Services. The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California.
CURRENT CONTRACT FEATURES: The current NASA Ames Facilities Maintenance Services Contract NNA04CB37C with IAP World Services, Inc. has the following features:
1) Period of Performance: 10/01/04 to 09/30/09. 2) Contract Type: Combination FFP/IDIQ/CPIF. 3) The contract was awarded under Full and Open Competition. 4) The current value of the contract is approximately $74,053,554.
The technical Point of Contact for this contract is David Yee. He can be reached at David.H.Yee@nasa.gov.
PART I. PURPOSE OF THIS SYNOPSIS
This synopsis has two purposes:
1)To request information on capabilities of potential Offerors to provide the services described in the following technical areas in order to determine if this requirement is appropriate for a small business set-aside. Information received as a result of this section will be considered by the Government and used for acquisition planning purposes only. Please note, a decision to set-aside this requirement for small business or to compete it through full and open procedures has not yet been made. An interested parties list will be posted.
2)To request information from interested parties regarding their recommended contracting approach, including contract type and contract duration, to provide the facilities maintenance services described above. All acquisition methods are being considered by the Government including the potential use of Federal Schedules.
PART II. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES
Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described in the Description are asked to submit a capability/qualification statement of 20 PAGES or less. There is no required font size and/or type designated for this “Capability/Qualification Statement.” Figures, exhibits, and diagrams must be readable. Submit your response electronically in PDF format. The Government requests separate files for “Statement of Capabilities” and “Contracting Approach” response. There is no limit on the page length to your response to Part III, RESPONSES REGARDING THE CONTRACTING APPROACH.
The response to this Part II must include the following:
1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, certified 8(a) small business (include anticipated graduation date), HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 561210, size standard $32.5M in average annual receipts. 3) Whether your company is on any Federal Schedule for these services. 4) Your company’s maintenance and repair capability in each of the Technical Areas listed in the Description above. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description and how it is relevant to this work, dollar amount, period of performance, and a customer reference name and telephone number. 6) Answers to the following questions:
a. Discuss your ability to effectively use, operate, and
maintain a Government furnished Computerized Maintenance
Management 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, Customer Service Center, Trouble Call
Desk, and/or Web Site Portal.
d. Based on your experience, assess the degree to which
Reliability Centered Maintenance (RCM) concepts are in
place or are being implemented and integrated into
maintenance programs 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 and/or analyzing plant equipment?
f. Discuss your ability to provide maintenance engineering
support services for repair projects and maintenance
activities.
g. Discuss your knowledge, understanding, and compliance
with Federal, State, and local regulations as well as
policies pertaining to environmental, health, and
safety issues in implementing a maintenance program.
The Government reserves the right to consider a small business or 8(a) set-aside based on responses.
PART III. RESPONSES REGARDING THE CONTRACTING APPROACH
The Government is soliciting industry comments on the best contracting approach to perform the Facilities Maintenance Services procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning:
a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns.
b) Contract Type: In an attempt to determine the best contract vehicle for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions:
1) Contract Type and Performance: Please provide your view regarding what type of contract provides the best approach for this type of work – how is the risk reward shared by the Government and contractor, and how does the proposed contract type incentivize the contractor to perform high quality work at a reasonable price. Discuss your view regarding incentive fees, deduction schedules, award term, and/or other appropriate incentives for contractor performance.
2) Contract Duration: Service contracts are typically limited to a five year duration unless a deviation is approved. Is five years the appropriate duration or is a shorter period appropriate to take advantage of competitive forces, or would it be in ARC’s best interest to seek a deviation to the five year limitation – what would be the Government benefit of a longer term, how would a longer term maximize NASA’s return on investment, etc.?
3) What type of evaluation criteria would you recommend for this type of procurement? And, if the Government were to impose page limitations associated with each of the recommended evaluation criteria, what would be reasonable page limits for each criteria.
There is no limit on the page length to your response to PART III. RESPONSES REGARDING THE CONTRACTING APPROACH.
PART IV. YOUR RESPONSE TO THE SYNOPSIS
All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than May 2, 2008. Please respond via electronic mail (e-mail) to the Contracting Officer, Barbara. A. Drake, at the following address: Barbara.A.Drake@nasa.gov. All questions MUST be in writing and should also be directed to Ms. Drake. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt.
In all responses, please reference Facilities Maintenance – Request for Information in the subject line and on all attachments. Verbal questions will not be accepted. 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.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential Offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.