NASA LaRC Solicitation: Research Operations Maintenance and Engineering – ROME Follow-on
Synopsis – Mar 02, 2012
General Information
Solicitation Number: N/A
Reference Number: NNL13ROMEIIL
Posted Date: Mar 02, 2012
FedBizOpps Posted Date: Mar 02, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 16, 2012
Current Response Date: Mar 16, 2012
Classification Code: Z — Maintenance, repair, and alteration of real property
NAICS Code: 561210
Contracting Office Address
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton, VA 23681-0001
Description
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is hereby soliciting information regarding potential sources for a follow-on procurement for Research Operations, Maintenance and Engineering (ROME) currently performed under Contract NNL04AA03B. LaRC is also seeking industry input regarding potential procurement strategies.
The current ROME contract is an Award Term contract with a 10-year period of performance, ending on January 31, 2014. The contract provides a broad scope of research facility-related operations and maintenance, institutional maintenance, and utility maintenance and operations. The contract also provides for directly-related engineering and information technology support services. The base portion of the contract is Cost-Plus-Incentive Fee/Fixed Fee (CPIF/CPFF). The Indefinite Delivery Indefinite Quantity (IDIQ) element of the contract allows for unforeseen efforts to be performed where work is issued via Firm Fixed Price (FFP), CPFF, or Government Purchase Card (PCard) orders. The average annual expenditure rate for the current ROME contract is approximately $40M for the base portion and $40M for the IDIQ portion. The current conformed contract can be found on the NASA LaRC Freedom of Information Act (FOIA) website at: http://foia.larc.nasa.gov/
One of the primary goals of this synopsis is to assist LaRC in determining whether a Small Business Set-aside is a suitable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Since no decision regarding a set-aside has yet been made, all qualified firms are encouraged to respond. The North American Industry Classification System (NAICS) Code for this procurement is anticipated to be 561210 and the size standard under this code is $35.5M in average annual receipts.
The potential scope of the ROME follow-on requirement may include, but is not limited to, the functional areas broadly outlined below:
a. Facility Support: Contractor Facility Safety Head (FSH), Facility Coordinator (FC), and Facility Environmental Coordinator (FEC) services. Equipment management support for all Installation Accountable Government Property.
b. Research and Institutional Facility Operations Support: Operations at LaRC involve both research facilities, such as wind tunnels and laboratories, and central utilities, such as the production and/or distribution of steam, high pressure air, electrical power distribution, facility systems, energy management, potable water, sanitary sewer, and natural gas. The operation of research and central utilities is anticipated to include a team consisting of Contractor and Government personnel. Research facility operations include: operations management, test engineering, facility system engineering, digital control engineering, data quality and system support, facility automation and control system support, instrumentation systems, test management, test article integration, electrical and fluid systems support, facility safety, model structural analysis, facility configuration management, facility and test documentation, facility environmental coordination and facility scheduling and integration.
c. Maintenance Support: Facility and facility system maintenance at LaRC involves all activities necessary to ensure that LaRC research and institutional facilities, facility systems and collateral equipment are safe, fully operational, reliable and available on demand. LaRC facility maintenance is reliability centered and includes Preventive Maintenance (PM), Predictive Testing & Inspection (PT&I), Programmed Maintenance (PGM), trouble calls, repairs, central utility systems maintenance, maintenance operations procedures plans, and Facility Condition Assessments (FCAs) in accordance with NASA Procedural Requirement (NPR) 8831.2E, Facilities Maintenance Management. (Note: ROME facilities maintenance does not currently include fire department protection services personnel, security, grounds maintenance, or custodial services.)
d. Instrumentation Services Support: Repair, modify, assemble, calibrate, and maintain approximately 46,000 devices of Measurement and Test Equipment (M&TE) in accordance with the instrument manufacturers’ and LaRC specifications. Work includes, but is not limited to, instrumentation, metrology technical support, operation of the Metrology Information System (MIS), and associated instrumentation logistics support services.
e. Data Acquisition System (DAS)/Facility Automation System (FAS) Support: DAS development, maintenance and repair; data systems configuration management; DAS administration; DAS documentation; and FAS development, maintenance and repair.
f. Engineering Support: Engineering work consists of a wide variety of engineering services and projects, including traditional engineering designs, as well as other engineering related products, such as fabrication of research equipment, support for all phases (design, procurement, construction, activation, project closeout) of Construction of Facilities (CoF) projects, and operation of facility documentation libraries. General engineering services include: tactical engineering, reliability engineering, safety and risk engineering evaluations, facilities configuration management, pressure system recertification, drawing file services, specifications services, research facility library services and project reporting. Engineering projects including the project management/planning, design, build and modification of: institutional facilities and utility systems (e.g., civil, structural and architectural systems); research facility systems (e.g., wind tunnels and testing laboratories); technology development support (e.g., instrumentation systems and test technique development).
g. Information Technology Support: In support of OME activities, IT includes supporting Center implemented Agency mandates and initiatives; planning, development, and implementation of new IT systems; and the maintenance and operation of a defined set of IT systems. IT support is directly related to the unique databases supporting research (e.g., instrument calibration database, facility maintenance database [Maximo], wind tunnel test data management and storage and an effort to consolidate and improve the accuracy, security and accessibility of data).
NASA LaRC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the ROME follow-on procurement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.
Statement of Capabilities Instructions:
Section 1: Provide responses to the following business information: (a) Company CAGE Code, DUNS, name and address of firm, point of contact (including phone number and email), size of business, average annual revenue for past 3 years and average number of employees for last 3 years; (b) Ownership and number of years in business: indicate Large, Small, Small Disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, HUBZone businesses, and Historically Black Colleges and Universities/Minority Institutions; (c) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor); and (d) Indicate if your interest is directed at the potential prime contractor or subcontract level. If interest by a small business is directed at the prime contractor level, note the ability to comply with the requirements of FAR 52.219-14, Limitations of Subcontracting. Section 1 shall be no more than 1 page, 12 pt font text Times New Roman.
Section 2: Interested offerors/vendors should submit a capability statement including the following: (a) Ability to perform all or any aspects of the effort described above; (b) List of customers covering worked performed within the past three (3) years (if applicable, please list at least 3 customers) highlighting relevant work performed, technical description, contract number, contract type, dollar value of each procurement, NAICS code, and procurement and technical points of contact (email address and phone number). Section 2 shall be no more than 3 pages, 12 pt font text Times New Roman.
Section 3: Based on your past experience and the above defined requirements, provide information regarding potential procurement strategy advantages/disadvantages, lessons learned, and suggestions to maximize the effectiveness of the anticipated solicitation and resulting contract. Examples of potential strategies include: (a) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract; (b) The consolidated scope of research operations, maintenance and engineering services being performed under a single contract (e.g., single award, hybrid – sustained base support with IDIQ line items); (c) Consolidating additional work into the contract or dividing specific requirements out into separate contracts (e.g., adding in additional facility related support services; performing design and construction services within the potential scope or as a separate contract). Section 3 shall be no more than 2 pages, 12 pt font text Times New Roman.
Section 4: Based on your past experience, provide information regarding advantages/disadvantages of various contract types/contract length and your lessons learned utilizing these contract types: (a) Cost Plus Fixed Fee (CPFF) – please discuss your approach on incentivizing cost control under a CPFF arrangement; (b) Cost Plus Incentive Fee (CPIF) – please discuss your suggestions for what specific incentives should be applied and how LaRC should objectively implement such incentives; (c) Cost Plus Award Fee (CPAF) or Award Term – please discuss your suggestions for award fee or award term evaluation parameters to be used to assess contract performance and provide your input on the administrative effort and cost required to monitor and evaluate performance under this type of arrangement; (d) Firm Fixed Price (FFP) – please discuss your approach under a FFP arrangement; (e) Contract Length – please discuss your suggestions for contract length (e.g., 5 years, 10 years) and your thoughts on the advantages/disadvantages of the suggested length; (f) Any other methods you believe might be viable. Section 4 shall be no more than 2 pages, 12 pt font text Times New Roman.
Technical questions shall be directed to: Chris Mouring (Chris.A.Mouring@NASA.gov) with “ROME Follow-on Technical Question” annotated in the subject. General or Procurement related questions shall be directed to: Michael Kaszyca (Michael.Kaszyca-1@NASA.gov) with “ROME Follow-on General/Procurement Question” annotated in the subject.
Please advise if the requirement is considered to be a commercial service or commercial-type service. A commercial item/service is defined in FAR 2.101.
This synopsis is for information and planning purposes 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 review.
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.
All responses shall be submitted via email only to Michael Kaszyca (Michael.Kaszyca-1@NASA.gov) no later than March 16, 2012. Please reference “NNL13ROMEIIL Sources Sought Response” in any response. Any referenced notes may be viewed at the following URLs linked below.
Point of Contact
Name: Michael Kaszyca
Title: Contract Specialist
Phone: 757-864-2436
Fax: 757-864-7709
Email: Michael.Kaszyca-1@nasa.gov
Name: C. Tom Weih
Title: Contracting Officer
Phone: 757-864-3878
Fax: 757-864-8863
Email: Carl.T.Weih@nasa.gov