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
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    AFP for Lease of Parcel 7 at NASA Marshall Space Flight Center
    National Aeronautics And Space Administration
    NASA's George C. Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of Parcel 7, a 5.1-acre property located within Redstone Arsenal in Huntsville, Alabama. The objective is to lease this underutilized land to commercial or federal entities whose activities align with MSFC's mission and enhance U.S. competitiveness in the aerospace sector. The lease offers a 10-year base term with two additional 10-year options, and proposals must detail the intended use, development plans, financial viability, relevant experience, and anticipated economic impact on the local community. Proposals are due by January 5, 2026, with a Q&A period extending until December 12, 2025. Interested parties can contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    AFP FOR LEASE OF SUPPORTING CELLULAR SERVICES at NASA Marshall Space Flight Center
    National Aeronautics And Space Administration
    NASA's Marshall Space Flight Center (MSFC) is soliciting proposals for the lease of two parcels of land to support cellular services, with a focus on enhancing U.S. commercial competitiveness in space and information technology. Proposers can select between Site 1 and Site 2, both located within MSFC's boundaries, and must submit plans detailing their intended use, development concepts, financial viability, and relevant experience. The lease will be for an initial term of ten years, with options for two additional ten-year extensions, and proposals are due by January 20, 2026, at 5:00 PM ET. Interested parties should contact Cari Smith or John Green at hq-realestate@mail.nasa.gov for further information.
    Dual Administrative Support Services (DASS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to consolidate contract requirements for administrative support services under the Dual Administrative Support Services (DASS) contract at the NASA Stennis Space Center. This procurement aims to combine the administrative services previously required for the Marshall Space Flight Center (MSFC) with the DASS contract, as determined necessary and justified by NASA and concurred by the Small Business Administration (SBA). The administrative services are crucial for supporting NASA's operations and ensuring efficient management of resources. Interested parties can reach out to Rachel Clayton at rachel.clayton@nasa.gov or 228-688-2822, or Belfield Collymore at belfield.c.collymore@nasa.gov or 228-688-1631 for further details regarding this opportunity.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    JOFOC for the Flight-Like Advanced Material Reactors
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is issuing a Justification for Other Than Full and Open Competition for the Flight-Like Advanced Material Reactors contract, identified as 80MSFC21CA010. This procurement aims to support advanced research and development in national defense and atomic energy, focusing on the creation of innovative material reactors that simulate flight conditions. The contract is critical for advancing NASA's capabilities in applied research within the aerospace sector. For further inquiries, interested parties can contact Laura Bullington at Laura.E.Bullington@nasa.gov or Cynthia Hubbard at cynthia.a.hubbard@nasa.gov.
    JOFOC for FILMSS Ext5 (NNA14AB82C)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking to extend the Fully Integrated Lifecycle Mission Support Services (FILMSS) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement aims to continue essential support services in operations research and quantitative analysis, as outlined in the Federal Acquisition Regulation (FAR) 6.303 and NASA FAR Supplement (NFS) 1806.303. The FILMSS is critical for ensuring the effective management and execution of NASA's mission support activities. Interested parties can reach out to Devin Mooers at devin.m.mooers@nasa.gov or Gary Shelley at gary.a.shelley@nasa.gov for further information regarding this opportunity.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    FY26 Entrust Subscription Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.