SOURCES SOUGHT
R -- SAFETY, INDUSTRIAL HYGIENE, CONFIGURATION MANAGEMENT, QUALITY AND RELIABILITY PROGRAM SUPPORT FOR NASA LANGLEY RESEARCH CENTER
- Notice Date
- 6/18/2003
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-141-SIQRPS
- Response Due
- 7/18/2003
- Archive Date
- 6/18/2004
- Point of Contact
- Michael T. Stubbs, Contract Specialist, Phone (757) 864-2435, Fax (757) 864-8863, Email Michael.T.Stubbs@nasa.gov - David H. Jones, Contracting Officer, Phone (757) 864-2421, Fax (757) 864-8863, Email David.H.Jones@nasa.gov
- E-Mail Address
-
Email your questions to Michael T. Stubbs
(Michael.T.Stubbs@nasa.gov)
- Description
- NASA/LaRC is hereby soliciting information about potential sources for "SAFETY, INDUSTRIAL HYGIENE, CONFIGURATION MANAGEMENT, QUALITY AND RELIABILITY PROGRAM SUPPORT FOR NASA LANGLEY RESEARCH CENTER, HAMPTON, VA" This is a follow on procurement that is a consolidation of the following services: (1) all tasks performed under NAS1-01098 ?Occupational Safety and Industrial Hygiene?, (2) all tasks performed under NAS1-00077 ?Safety and Reliability and Quality Assurance?, and (3) third-party safety review of facility configuration changes and configuration management for flight projects, which are services currently performed under NAS1-99151 ?Reliability and Configuration Management?. The current average expenditure rate for these services is $2.5M per year. One of the primary goals of this synopsis is to assist the Center in determining whether an 8(a) or HUBZone Set-aside is an acceptable strategy for this procurement. All qualified firms, including large businesses, are encouraged to respond to this synopsis. The proposed North American Industry Classification (NAICS) Code is 541690, and the small business size standard is $6.0 M. The period of performance is projected to start April 2004 and includes a base year plus four 1-year options. Services will be required, but not limited to, the following areas: systems safety analyses; hazard analyses; reliability analyses; quality assurance assessments; risk management; product assurance; software quality assurance; fire protection engineering; configuration management of LaRC flight/space projects; safety review of facility changes implemented using a Change Notification Sheet (CNS); coordination of annual facility safety meetings, facility design reviews, and safety committee meetings; radiation safety; industrial hygiene; and occupational safety. The contractor will also operate LaRC?s Receipt Inspections and Quality Assurance Laboratory. 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. Responses must include the following: Firms having the required capabilities should submit information documenting their ability and past experience in performing similar efforts as described above, including the following: name and address of your firm; teaming arrangements, if any; size of business (number of employees and annual revenues); whether your firm is large, small, small disadvantaged, 8(a), small woman-owned, and/or a HUBZone small business. Responses are due by July 18, 2003 and should be limited to no more than 15 pages. Technical questions should be directed to Grant Watson 757-864-3069 or email: Grant.M.Watson@nasa.gov. Procurement related questions should be directed to Michael Stubbs at 757-864-2435 or email: Michael.T.Stubbs@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item 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 evaluation. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Please reference SS-141-SIQRPS in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#106239)
- Record
- SN00350806-W 20030620/030618213825 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |