Facilities And Operations Maintenance Support Services II (FOMSS II)
ID: 80MSFC24R0001Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA MARSHALL SPACE FLIGHT CENTERHUNTSVILLE, AL, 35812, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (Z1HB)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) is seeking qualified contractors to provide Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC) in Huntsville, Alabama. The contract aims to deliver comprehensive operations, maintenance, and repair services for a diverse campus comprising approximately 344 structures, including complex aerospace facilities and environmental management tasks related to hazardous waste. This competitive acquisition is designated as an 8(a) set-aside, with a total estimated value of $110 million over a five-year period, including a 45-day phase-in and multiple option years. Interested parties must submit their comments on the Draft Request for Proposal (DRFP) by August 29, 2024, and proposals are anticipated to be due by October 11, 2024. For further inquiries, contact Noeleen Laughlin at noeleen.laughlin@nasa.gov or Joseph R. Tynes at joseph.r.tynes@nasa.gov.

    Files
    Title
    Posted
    The National Aeronautics and Space Administration (NASA) is soliciting comments on its Draft Request for Proposal (DRFP) for Facilities Operations and Maintenance Support Services II (FOMSS II) at the George C. Marshall Space Flight Center (MSFC). This contract aims to provide comprehensive operations, maintenance, and repair for a large campus with diverse structures, while also managing hazardous waste and supporting environmental programs. The acquisition is designated as an 8(a) set-aside, encouraging participation from small businesses. The contract spans a total of five years, including a 45-day phase-in period and multiple option years, with a maximum total value of $110 million. NASA emphasizes innovations like predictive testing and condition-based maintenance to reduce costs. The DRFP discusses both firm-fixed-price (FFP) core services and an indefinite-delivery indefinite-quantity (IDIQ) option for additional tasks and services. Proposals must be submitted via NASA’s electronic platform, and the final RFP is expected for release in September 2024, with awards anticipated by May 2025. Input is sought on various aspects of the draft, including safety and environmental considerations. Overall, the document reflects NASA's advancement in facility management and maintenance strategies while remaining compliant with federal regulations.
    Attachment J-10 details various lifting devices and their specifications, including serial numbers, descriptions, manufacturer identification (MFG ID), safe working load (S.W.L.), and weights. It includes an extensive list of 3/4" eyebolts, shackles, and rings from manufacturers like Crosby and CM, indicating their capacities ranging from 2,000 to 216,900 pounds. The document serves as a comprehensive inventory for government contracting opportunities related to equipment procurement for lifting devices. This inventory is essential for federal and state/local production requirements, ensuring that the equipment meets safety and performance standards in line with industry regulations. The systematic presentation of lifting devices establishes clarity and accessibility for stakeholders involved in RFP processes and grant applications related to the lifting equipment supply chain.
    The document outlines a detailed inventory of boilers, focusing on their location, serial numbers, inspection dates, and notes on their condition. It includes 92 total boilers, with 86 categorized as hot water and 6 as steam. Some boilers are tagged out of service due to issues such as a faulty blower motor or being never installed and in storage. The most recent inspections were conducted between March and October 2023. This inventory serves to ensure that the boilers meet operational standards, adhere to safety regulations, and facilitate proper maintenance procedures. The document is part of a broader context related to government RFPs and federal grants, emphasizing compliance and operational readiness of essential infrastructure. It highlights the importance of maintaining accurate records for government assets as part of effective resource management.
    The government agency seeks to procure a comprehensive range of tritium exit signs, a critical component of emergency lighting and safety infrastructure. These signs are strategically positioned across multiple floors and areas of a large facility, encompassing hallways, stairwells, conference rooms, restrooms, and other vital locations. The signs come in various models and are manufactured by different companies, including Dual Lite and Shield Source. Notably, some signs combine exit signage with emergency lighting functionality. The agency places a high priority on ensuring the safety and swift evacuation of building occupants, making this procurement essential for maintaining a secure and accessible environment.
    The document is an Equipment Room Listing (Attachment J-14) detailing various mechanical and equipment spaces across multiple buildings. It systematically catalogs rooms by building and floor, providing specific room numbers, descriptions, area dimensions in square feet, and space types (predominantly mechanical/equipment spaces). Key points include: - The document lists numerous rooms designated for mechanical and equipment functions, with a wide range of areas, from small spaces of about 22 square feet to extensive areas exceeding 18,000 square feet. - It includes specialized rooms such as pump rooms, maintenance rooms, battery rooms, electrical rooms, and cooling towers, signifying the complexity and operational diversity of the facilities. - Each entry includes clear identification of space types and functions, making it a valuable resource for administrative planning, facility management, and future construction projects. This listing serves as a reference for government purposes, supporting infrastructure management tasks associated with federal grants and state/local RFPs. Its structured nature ensures easy navigation and accessibility for stakeholders requiring detailed facility specifications for operational or compliance needs.
    Attachment J-16, Tab A, outlines various locations and equipment associated with buildings designated by tier levels within a federal context. The document lists site-specific details, including electrical meters, chillers, air handling units, exit signs, safety equipment, and various appliances in buildings, primarily focusing on Building 4203. Equipment is organized by tiers, indicating its importance or function, with Tier 1 representing critical systems like electrical meters, while Tier 2 includes essential HVAC units and safety features. Numerous items, such as fire alarms and emergency lighting, emphasize compliance with safety regulations. This structured inventory facilitates maintenance efforts and informs future enhancements or upgrades under federal or state bidding processes, demonstrating the government’s commitment to operational safety, efficiency, and transparency in facility management. The document serves as a foundational reference for contractors responding to related requests for proposals (RFPs) or grants, ensuring that potential suppliers understand the scope and specifications required for service and infrastructure improvements.
    The document outlines the "Air Source Inspection Forms," detailing various air pollution sources, including significant boilers, generators, and surface coating operations at multiple facilities. Each entry includes specific metrics such as environmental IDs, facility IDs, fuel types, horsepower, inspection frequencies, and operational statuses (active or removed). Most significant sources, like boilers, are categorized by their fuel types and heat inputs, emphasizing their importance in air quality regulation. The inspection frequency is primarily semi-annual for significant resources and annual for insignificant ones. This document serves as a crucial compliance tool, ensuring facilities adhere to federal and local environmental standards regarding air emissions. It underscores the purpose of monitoring and reporting air pollution sources, which is vital for maintaining regulatory oversight. The structured data provides a comprehensive overview essential for government audits and environmental assessments as part of ongoing efforts to mitigate air pollution effectively.
    The document outlines the emergency weather planning protocol for snow and ice events at NASA's Marshall Space Flight Center (MSFC). Its primary objective is to safeguard employees during severe winter weather by implementing preventative measures and ensuring safe access to critical facilities. The plan specifies steps to be taken following predictions of snow and ice by the National Weather Service Huntsville, including the clearing of parking lots, main walkways, and stairs. Key buildings designated for priority actions include those occupied 24/7, such as the Payload Control Center and IT Mission Control, ensuring continued operations during emergencies. Each building's site plan indicates major entrances and paths that will be cleared, along with specific accessibility considerations, especially for handicap access. The document emphasizes safety reminders and communication protocols. Employees are cautioned to navigate blocked areas carefully and to report unsafe conditions. Overall, this weather emergency plan reflects NASA's commitment to maintaining a safe working environment while facilitating readiness in the face of inclement weather conditions.
    The TSRC-2022 document outlines the technical specifications for repairs and construction managed by the Marshall Space Flight Center (MSFC) Facilities Office. It details the general requirements for each local construction contract, addressing project execution, safety, environmental compliance, materials, and construction waste management. The document is structured in divisions covering various construction elements, such as concrete, masonry, metals, and mechanical systems. Key points include the necessity for contractors to familiarize themselves with site conditions, maintain compliance with applicable codes, and implement safety and environmental plans. The document emphasizes the importance of effective communication, coordination with other contractors, and the submission of specific plans for safety and traffic control. Additionally, it addresses potential hazards related to unexploded ordnance (UXO) and chemical warfare materials (CWM), outlining required procedures for handling any discovered materials. Special conditions for working hours, temporary utilities, and site protection are also defined, ensuring projects uphold both safety standards and operational integrity at the MSFC. Overall, this document serves as a comprehensive guide for contractors engaged in work directly associated with MSFC, aiming to ensure the successful completion of construction projects while prioritizing safety, environmental stewardship, and adherence to regulations.
    The Operations and Maintenance Manual for the Groundwater Treatment System at NASA's Marshall Space Flight Center outlines essential information for the safe and effective operation of the facility. It describes the background of the West Test Area, including its history of rocket engine testing, which has led to groundwater contamination from past maintenance activities. The manual details groundwater collection procedures, treatment objectives, and operations of the dewatering system, while emphasizing compliance with environmental regulations such as CERCLA. Key objectives include mitigating the discharge of VOC-contaminated groundwater into the deluge pond to protect nearby sensitive ecosystems. The treatment system consists of equalization tanks, transfer pumps, and a packed tower aeration system to treat the water before it discharges into the Wheeler National Wildlife Refuge. Regular water quality testing and maintenance practices are mandated to ensure operational efficiency and environmental compliance. Personnel requirements indicate minimal ongoing support after startup, with periodic cleaning requiring nominal labor investment. This documentation serves to guide staff in maintaining compliance with regulatory requirements while ensuring safe treatment of groundwater at the facility.
    This Collective Bargaining Agreement between Management Services, Inc. and the International Union of Operating Engineers, Local 320, establishes the terms of employment for Environmental Technicians at the George C. Marshall Space Flight Center in Huntsville, Alabama, effective from November 1, 2019, through October 31, 2024. The agreement covers various aspects, including recognition of the union, management rights, hiring processes, wage rates, overtime, benefits, and grievance procedures. Both parties commit to avoiding strikes or work stoppages during this period. Key provisions include stipulations on work assignments, non-discrimination policies, holiday observance, and employee benefits such as medical and dental insurance. The article on grievance procedures outlines steps from informal discussions with supervisors to formal arbitration if initial resolutions are inadequate. Additionally, the agreement emphasizes maintaining safety standards and outlines conditions for leave, such as bereavement and military service. The overarching goal is to enhance cooperation between management and union members while ensuring fair treatment of employees in a complex operational environment. This document serves as a legal framework for operations while supporting labor relations within government contracting contexts.
    The document is an inventory of accountable government property detailing various equipment, particularly radios, portable devices, printers, and heavy machinery. Each entry includes an RFID tag number, description, acquisition value, manufacturer, model number, location, and room information. The primary focus is on the tracking and management of valuable assets within government facilities, ensuring proper accounting and oversight. Significant items include Motorola communication radios, various forklifts, trucks, and specialized equipment used in calibration laboratories and facilities for hazardous waste treatment. The document serves to maintain transparency and accountability in the allocation and maintenance of government property across multiple locations. This meticulous record-keeping aligns with governmental standards for RFPs (Requests for Proposals) and asset management, promoting efficiency and compliance with federal regulations.
    This document provides an inventory list of government-furnished property available under a Request for Proposal (RFP). It includes detailed specifications for each item, such as equipment types, quantities, and acquisition costs. The property consists of several welding machines, generators, compressors, drill presses, saws, and trailers from various manufacturers, with acquisition costs ranging from $100 to $16,000 per unit. Most items have specific model and serial numbers, with several listed as not available. The file indicates that exact locations and additional details for the items will be provided in the final RFP. The purpose of this inventory is to inform potential bidders about the government’s existing equipment and tools, enabling them to propose relevant services or procurement strategies. This document is part of the broader procurement process, aligning with federal grants and RFP guidelines to ensure transparency and competitive opportunity in government contracting. Overall, it serves as a critical resource for vendors looking to participate in the government’s equipment management and procurement activities.
    The document is a comprehensive Collateral Equipment Listing detailing various equipment located at multiple facilities, primarily identified by their respective locations and priorities. Each entry includes equipment descriptions, engineering change numbers (ECNs), and whether the items are in service, out of service, or marked for demolition. Key equipment includes sandblasters, water pumps, water filtration systems, and VAV/reheat coils among others, with specific notes on items removed or decommissioned due to building renovations or demolitions. The main purpose of this listing is to provide an inventory for government procurement processes, likely as part of federal or state-local RFPs or grants aimed at maintaining or upgrading facilities. It emphasizes thorough documentation of available and obsolete equipment, supporting efficient resource management and planning for facility upgrades or replacements. The systematic cataloging suggests a commitment to operational efficiency and strategic asset management within government facilities.
    The document outlines the pricing structure and requirements for the RFP# 80MSFC24R0001 submitted by Company XYZ, Inc. It includes various tabs detailing components such as labor rates, other direct costs (ODC), materials, and equipment necessary for the fully burdened composite IDIQ (Indefinite Delivery/Indefinite Quantity) rate development. Each tab specifies instructions for inputting data to summarize total costs associated with the Core Mission Services, following the guidelines set by NASA. Key components include labor price proposals, summaries reflecting labor build-ups across categories, and calculations of health and welfare costs. The document emphasizes the automatic populating of values in the pricing forms based on user input. Furthermore, it ensures that offerors provide comprehensive breakdowns of costs and correlates personnel roles with NASA labor categories. The structured approach aims to facilitate accurate pricing and compliance with federal contracting standards within the context of the proposal. The overall purpose is to streamline the evaluation and funding process for potential contracts awarded to Company XYZ, Inc. by ensuring detailed justification of the proposed costs related to labor and ODC across the contract duration.
    NASA is hosting an Industry Day briefing for the Facilities Operations and Maintenance Support Services II (FOMSS II) contract at the Marshall Space Flight Center (MSFC). This draft Request for Proposal (DRFP) aims to outline requirements for comprehensive facilities operations, maintenance, and support services critical for high-stakes aerospace research, development, and testing. Key areas include reliability and safety standards, environmental management, and engineering support to enhance operational capabilities. The contract will encompass operational support across buildings and infrastructure, engineering services, and environmental management while employing a performance-based services contract structure with a total estimated value of $110 million over the performance period. The bidding process is designated as a Section 8(a) set-aside, culminating in a competitive evaluation based on mission suitability, price, and past performance. Proposals must be submitted by October 11, 2024, with a structured evaluation focused on the contractor's management approach, quality control, personnel recruitment, and cost-effectiveness. This procurement seeks to ensure NASA's facilities maintain their operational integrity by attracting qualified small businesses committed to meeting stringent standards and mission requirements.
    The document presents the attendee list for the FOMSS II Virtual Industry Day held on August 22, 2024, featuring a variety of companies and their representatives. A total of multiple organizations, including Ahtna Integrated Service Holdings, Akima Global Logistics, Alutiiq Professional Consulting, and ASRC Federal among others, are highlighted, with key personnel listed alongside their contact information. This gathering was likely arranged to discuss opportunities related to federal RFPs and grants, allowing participants to network and align on project goals. The listed attendees represent a cross-section of firms that may be seeking to engage in federal contracts, emphasizing collaboration in meeting the government's procurement needs. Overall, the event serves as a platform for potential partnerships and information exchange relevant to future government projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Safety and Mission Assurance Services (SMAS) II
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to solicit proposals for the Safety and Mission Assurance Services II (SMAS II) contract at the George C. Marshall Space Flight Center. This contract aims to provide a wide range of safety and mission assurance services, including system safety, reliability, software assurance, and quality engineering, supporting various NASA facilities such as Kennedy Space Center and Michoud Assembly Facility. The anticipated contract, valued at up to $488 million, will be a small business set aside with a single-award indefinite-delivery, indefinite-quantity (IDIQ) structure, and is expected to have an eight-year performance period. Interested parties are encouraged to submit comments on the Draft Request for Proposal (DRFP) by October 4, 2024, with the final RFP expected to be released on or about November 22, 2024. For further inquiries, contact Maranda McCord at maranda.b.mccord@nasa.gov.
    Draft Request for Proposal for NASA LARC Center Maintenance, Operations, And Engineering (CMOE) II
    Active
    National Aeronautics And Space Administration
    Sources Sought NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking input from interested firms for the Center Maintenance, Operations, And Engineering (CMOE) II follow-on procurement. The procurement is for technical services to support NASA/LaRC in the areas of institutional and research operations, maintenance, and engineering. These services include research facilities operations, central utilities operations, technology development/administration, research and institutional facility maintenance, and facility engineering. Interested firms are encouraged to submit a capability statement and provide input on the current contract structure, contract type, performance period, and strategies to advance Diversity, Equity, Inclusion, and Accessibility (DEIA). The estimated award date for this contract is on/about October 1, 2023.
    Final Request for Proposal - Test Facility Operations, Maintenance, and Engineering III (TFOME III)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking proposals for the Test Facility Operations, Maintenance, and Engineering III (TFOME III) contract. This procurement aims to secure services related to the operations, maintenance, and engineering of test facilities, which are crucial for supporting NASA's research and development initiatives in the physical, engineering, and life sciences. The opportunity is set aside for 8(a) certified businesses, emphasizing the importance of fostering small business participation in federal contracts. Interested parties should note that the proposal due date has been extended to October 7, 2024, and can reach out to Rita K. Dickens at rita.k.dickens@nasa.gov or by phone at 216-433-3805 for further information.
    FLIGHT DYNAMICS SUPPORT SERVICES (FDSS) IV - 80GSFC24R0027 elibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking qualified contractors to provide Flight Dynamics Support Services (FDSS) IV under the solicitation number 80GSFC24R0027. The primary objective of this procurement is to deliver comprehensive engineering services related to flight dynamics, including mission analysis, trajectory design, and operational support for various NASA missions, particularly focusing on the On-orbit Servicing, Assembly, and Manufacturing (OSAM-1) mission and the Earth Observing System (EOS) missions. These services are critical for enhancing NASA's capabilities in satellite operations and ensuring the success of ongoing and future space missions. Interested parties should reach out to primary contact Jonnelle Goff at jonnelle.c.goff@nasa.gov or secondary contact Ricarda Mason at ricarda.e.mason@nasa.gov for further details. The contract is expected to have a maximum ordering value of $265 million, with the final Request for Proposals (RFP) anticipated around October 2, 2024, and contract awards planned by August 2025.
    Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the Contract for Organizing Spaceflight Mission Operations and Systems (COSMOS) at the Johnson Space Center in Houston, Texas. This procurement aims to provide technical, managerial, and administrative support to ensure the integrity, reliability, and security of mission systems for NASA's space flight programs, including the International Space Station and the Moon to Mars initiatives. The COSMOS contract is anticipated to be a single-award, Cost-Plus-Award-Fee (CPAF) contract with various elements, including Cost Reimbursable Delivery Orders, and will require compliance with specific security and performance standards. Interested parties must submit their capability statements by March 11, 2024, and can direct inquiries to Andrea De Paz at jsc-cosmos@mail.nasa.gov or by phone at 281-244-5472.
    Spaceport Operations and Center Services (SOCS)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is preparing to issue a Request for Proposal (RFP) for Spaceport Operations and Center Services (SOCS) at the Kennedy Space Center in Florida. The procurement aims to secure services related to the maintenance and operations of NASA facilities, infrastructure, utilities, logistics, and spaceport integration. These services are critical for supporting NASA's ongoing missions and ensuring the operational readiness of its spaceport facilities. The anticipated release date for the RFP is on or about August 29, 2024, with proposals due by October 31, 2024. Interested parties can reach out to Daniel Hinsley at ksc-socs-info@mail.nasa.gov for further information.
    FY24 HPE Maintenance Renewal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking bids for the FY24 HPE Maintenance Renewal, aimed at acquiring essential maintenance services for HPE hardware at the Langley Research Center (LaRC) in Hampton, Virginia. The procurement includes support for various components such as SGI Clusters, servers, power cords, and memory modules, with a performance period from August 1, 2024, to July 31, 2025. This initiative underscores NASA's commitment to maintaining its critical computing infrastructure, which is vital for its research capabilities. Interested vendors should reference RFQ number 80NSSC24878914Q in all correspondence and include their CAGE code in quotes, with inquiries directed to Brianna Faye at brianna.n.ladner@nasa.gov.
    SSC Enterprise Park Announcement for Proposal
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is soliciting proposals for the lease of underutilized land and an office building at the Stennis Space Center (SSC) in Mississippi, aimed at enhancing commercial activities in the aerospace sector. The opportunity encompasses approximately 2,600 acres of undeveloped land across three parcels, along with Building 9121 and a laydown yard, intended for tenants involved in propulsion development and related industries. Proposals must demonstrate financial stability, relevant experience, and adherence to environmental and security guidelines, with evaluations based on Fair Market Value Rent and technical approach. Interested parties should submit their proposals electronically by September 27, 2024, and can contact Rachel Harrison-Woodard at rachel.harrisonwoodard@nasa.gov or 228-697-6711 for further information.
    Range Operations Contract II
    Active
    None
    Presolicitation NASA Range Operations Contract II: The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center's (GSFC) Wallops Flight Facility (WFF) plans to issue a Draft Request for Proposal (DRFP) for the Range Operations Contract (ROC) II. This contract is a Full and Open competitive follow-on contract for the support services currently provided under contract NNG16WA71C. The NASA Research Range Services (RRS) Program provides tracking, telemetry, meteorological, optical, and command and control services for flight vehicles including orbital and suborbital rockets, aircraft, satellites, balloons, and Unmanned Aircraft Systems (UAS). The services also include a real-time display and capture of mission-specific flight, payload, and science data. This contract will support the RRS through Wallops Range instrumentation operations and maintenance; support services; training; command, control, communications, information, and computer systems services; testing, modifying, installing, and operating communications and electronic systems, ground support systems, and spacecraft and launch vehicle processing systems at launch facilities, spacecraft processing facilities, launch vehicle processing facilities, launch control centers and test facilities; operating and maintaining suborbital launch systems; and developing flight and ground systems technology. The ROC II acquisition has been defined as a Full and Open competition, Cost plus Fixed Fee, Indefinite Delivery Indefinite Quantity contracting vehicle with a total estimated value of $200M. The anticipated release date of the Draft RFP (DRFP) is the end of March 2017 and the anticipated release date of the Final Request for Proposal (RFP) is the end of May 2017.
    FY24 Verint Annual Maintenance & Support Coverage Standard Plan
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide annual maintenance and support coverage for the Verint Media Recorder systems at the Kennedy Space Center. This procurement, designated as RFQ 80NSSC24883335Q, is critical for ensuring the operational integrity of audio recording systems used in radio and VoIP telephone communications, particularly during significant missions such as those related to the Artemis and International Space Station programs. The maintenance services are essential for compliance with operational standards and public safety needs, and the contract period is set from September 1, 2024, to April 30, 2025, with options for annual renewal. Interested parties must submit their quotes by September 19, 2024, and can contact Kacey Hickman at kacey.l.hickman@nasa.gov for further information.