Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOURCES SOUGHT

M -- ATOM-AEROSPACE TESTING AND FACILITIES OPERATIONS AND MAINTENANCE

Notice Date
1/9/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
ATOM-Request_for_Information
 
Response Due
1/30/2008
 
Archive Date
1/9/2009
 
Point of Contact
Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email Ronnee.R.Gonzalez@nasa.gov - Joseph D Feizzadeh, Contract Specialist, Phone 650-604-1789, Fax 650-604-0912, Email Joseph.D.Feizzadeh@nasa.gov
 
E-Mail Address
Email your questions to Ronnee R. Gonzalez
(Ronnee.R.Gonzalez@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for providing testing, operations, and maintenance of the Wind Tunnel, Space Transportation, and associated support facilities at NASA Ames Research Center. These facilities include but are not limited to: Subsonic Wind Tunnels, Pressure Wind Tunnels, Transonic Wind Tunnels, Ballistic Range Complex, Arcjet Complex, Fluid Mechanics Laboratory, and Sensor Laboratory. These facilities are national aerospace test facilities utilized by NASA, private industry, universities, DOD, and other government agencies. This procurement is a follow-on requirement for Aerospace Testing and Facilities Operations and Maintenance (ATOM) Services. The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. CURRENT CONTRACT FEATURES: The current NASA Ames Aerospace Testing and Facilities Operations and Maintenance (ATOM) Services Contract NNA04BA85C with Jacobs Technology Inc. has the following features: 1) Period of Performance: 7/1/04 ?7/31/09 2) Contract Type: Cost Plus Incentive Fee / Award Fee (CPIF / AF). Cost Performance is incentivized through Incentive Fee and Technical Performance, Timeliness, and Safety are incentivized through Award Fee. 3) The contract was awarded under Full and Open Competition. 4) The current value of the contract is approximately $89M. The technical Point of Contact for this contract is Ron Fong. He can be reached at Ronald.C.Fong@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 Draft Statement of Work (SOW) (http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126966 ) in order to determine if this will be 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, 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 preferred contracting approach, including contract type, to provide the services described in the attached Draft SOW. All acquisition methods are being considered by the Government including the use of a Government-wide Acquisition Contract (GWAC). NOTE: You may respond to either or both sections of this synopsis. Part II. SUMMARY OF PROPOSED WORK BACKGROUND: The Draft Statement of Work describes the services required to plan, prepare, and conduct tests, to plan and implement development projects, to operate, maintain, and repair the facilities, and the support required to administer the preceding. Contract Task Orders will be used to define the services or deliverables and their quantities to be provided by the Contractor. Successful completion of the mission requires the combined effort of, and extensive interaction between, NASA and the Contractor. The work described in the Statement of Work will be accomplished by NASA, the Contractor, or shared by means of mixed Contractor/NASA test and project teams. The Contractor will be responsible for determining the type of skills and skill mix, and materials required to provide their portion of testing, development, and general services. The Contractor will also be responsible for managing its resources to achieve the desired outcomes. The Contractor shall provide labor and materials as required to provide the services and outcomes. The services available under this contract can be provided to any customer as approved by the Contracting Officer if in the best interest of the Government. These services may also be provided to other facilities at Ames Research Center, or other installations if needed, in order to complete the mission. III. 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 Draft SOW are asked to submit a capability/qualification statement of 10 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 IV. RESPONSES REGARDING THE CONTRACTING APPROACH. The response to this Part III 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. 3) Whether your company is on any Government-wide Acquisition Contract (GWAC) for these services. 4) Your company?s capability in each of the technical areas. For each technical area (conducting Wind Tunnel, Arcjet, or Ballistic Range testing, development projects, and operation of support facilities), indicate what percentage of the technical area you would perform. 5) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. The small business goals that will be incorporated into the contract are to be determined, but will include the following categories: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Veteran-Owned Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA ATOM 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, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b) Use of Incentives: ARC is considering the use of a cost plus incentive, award fee, or combination (as on the current contract) structure to evaluate technical performance, schedule, and cost. In an attempt to determine the feasibility of incentive fee, award fee, or hybrid approach for this particular procurement, the Government is soliciting input from interested parties and asks that responses include answers to the following questions: 1) Performance incentives: Please provide your view regarding incentive fee, award fee, award term, and/or other appropriate incentives for contractor performance. 2) In a mixed-team (Government / Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Draft SOW's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than Wednesday, January 30, 2008. Please respond via electronic mail (e-mail) to the Contracting Officer, Ronnee R. Gonz?lez, at the following address: Ronnee.R.Gonzalez@nasa.gov. All questions MUST be in writing and should also be directed to Mrs. Gonz?lez. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. In all responses, please reference ATOM-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.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#126966
 
Record
SN01482351-W 20080111/080109224909 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.