Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
MODIFICATION

A -- TEST OPERATIONS CONTRACT SOURCES SOUGHT SYNOPSIS

Notice Date
1/15/2010
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA Office of Procurement, Stennis Space Center, MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
NNS09ZDA008R
 
Response Due
1/29/2010
 
Archive Date
1/15/2011
 
Point of Contact
James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email James.D.Huk@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email James.D.Huk@nasa.gov
 
E-Mail Address
James D. Huk
(James.D.Huk@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
January 15, 2010TOC Sources Sought Synopsis (Amended)NNS09ZDA008RThis Amended Sources Sought Synopsis replaces the July 13, 2009 Sources Sought Synopsisin its entirety. NASA/Stennis Space Center is hereby seeking information about potential sources toperform non-personal technical and management services in support of test operations,core operations, and maintenance activities at Stennis Space Center (SSC), Mississippi. NASA, as an Agency, is at the threshold of developing new space flight systems to supportthe countrys exploration vision. As part of this, SSC is responsible for developmentaland/or acceptance propulsion testing at the component, subsystem, and/or system level. NASA/SSC is inquiring into the resources and capabilities available to conduct tests andtest support related activities in support of NASA and NASA customer test projects. Thefollowing areas are of interest: Management and Administration, Systems Engineering andIntegration, Maintenance and Operations, Test and Verification, Technical Systems Designand Analysis and Test Technologies Development. These tasks will require working acrossthe Project Offices, and other contractor organizations. Functional areas include: perform and/or support test operations, core operations (i.e. high pressure gasoperations, industrial water systems operations, cryogenic fluid operations), systemmaintenance (mechanical and electrical), fluid component processing, and limited machineand weld shop support. More detailed elements of the Performance Work Statement are to be determined (TBD) butwill essentially include the following three main sections: (1)Management and Administration - Administer an integrated contract team at SSCthat is trained and certified in all of the necessary skill types for safe andenvironmentally compliant test, test support and maintenance activities. These activitiesare to be consistently executed on time and within budget.(2)Test & Engineering Core Capability - Engineer, operate, maintain and manage testcore capabilities. Provide management of data, including delivery, storage, archiving,and security of test data. Maintain configuration control of responsible systems usingthe existing SSC secure Configuration Management System. Provide and maintain analyticaltools and methodologies. (3)Test Project Implementation and Test Performance Capability - Perform projectmanagement support, test scheduling, design and development of test systems, drafting,special studies, construction management, propellants management, fabrication andactivation of test systems, conducting tests, and conducting test projectcloseout/reviews.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released, it will be synopsized in the Federal Business Opportunities(FedBizOpps) and on the NASA Acquisition Internet Service (NAIS).NOTE ** It is the responsibility of potential offerors to monitor these sites for therelease of additional information pertaining to this synopsis.**Revised dates with respect to release of upcoming procurement documents (i.e. Performance Work Statement, Draft Request For Proposal, and Final Request ForProposal) will be forthcoming in a subsequent amendment.Past Performance data will be requested to be submitted three (3) weeks prior to theanticipated proposal due date.All dates indentified herein and in subsequentamendments to this synopsis are preliminary and for planning purposes only. Specificdates will be included with the applicable documents when they are released. Inaccordance with FAR Part 9.104-2, and an effort to help prospective offerors make thebusiness decision to compete in this acquisition; the following special standards shallapply to the upcoming solicitation. Prospective offerors are requested to providesufficiently detailed Statement of Capabilities and Qualifications along withrepresentative examples that provide clear and convincing evidence of the contractorsability to satisfy the specialized capabilities identified below and their ability tointegrate these efforts across large programs (see note below). The areas of interestand corresponding subtopics to be addressed and demonstrated are: 1. Management and Administration-a.Demonstrated capability to manage technical and non-technical personnel across multiple facilities in an efficient and cost effective manner. b.Demonstrated capability to effectively manage safety and quality programs toNASA, ISO/AS and OSHA requirements.c.Demonstrated general accounting processes and procedures conforming to FAR andapplicable government regulations.2. Core operations and/or test support related experiences with NASA Centers, the Department of Defense or industry-a.Demonstrated capability in storable and cryogenic commodity storage anddistribution.b.Demonstrated capability to manage an integrated logistics program for propellantsand high pressure gas systems.c.Demonstrated ability to manage preventive and corrective maintenance utilizingpredictive technologies.d.Knowledge of common Reliability Centered Maintenance (RCM) practices.3. Test Project Implementation and Test Performance Capabilitya.Demonstrated integrated project planning/management utilizing best practices withrespect to control procedures, scheduling and project management information systems.b.Demonstrated proficiency to perform design and analysis of equipment and testsystems such as: data and control systems, propellant and pressurant systems meetingaccepted industry and government standards and codes.c.Demonstrated performance of test and support facility build-up, activation, andreadiness demonstration.d.Demonstrated capability in storable and cryogenic engine and component testingand solid and/or hybrid rocket motor testing.e.Demonstrated capability in operating data and control systems including datahandling, storage and security.f.Demonstrated capability in generating reports (tests and operational), includinganalysis, summaries, conclusions, recommendations and lessons learned. NOTE** -Parties that have previously expressed an interest in the subject acquisition andhave already submitted a Statement of Capabilities and Qualifications and continue toremain an interested party in the subject acquisition DO NOT need to resubmit thereStatement of Capabilities and Qualifications unless their business approach, teamingarrangements etc. have changed as a result of this being a NASA Stennis Space Center onlyacquisition. They should submit a letter expressing their continued interest in thesubject acquisition. All other interested parties that have not previously submitted a Statement ofCapabilities and Qualifications are encourage to provide the information requested inthis sources sought synopsis. Potential offerors Statement of Capabilities and Qualifications should be submitted tothe contracting officer listed below. The statements must include the following: Name and complete mailing address of the firm; average annual revenue for the past three(3) years and number of employees; ownership; size of business (large, small,small-disadvantaged, 8(a), Historically Underutilized Business Zone (HubZone), ServiceDisabled Veteran-owned small business, and/or woman-owned small business); and number ofyears in business; affiliated business information: Parent company, joint venturepartnerships, teaming agreements; list of customers covering the last three (3) yearshighlighting (recent relevant work experience, contract numbers, contract type,approximate dollar value of the respective procurement and a Point of Contact with acomplete name, e-mail address, mailing address and phone number. Additionally, indicateif your interest is directed at the potential prime contract or subcontract level. Ifyour interest is directed at the subcontract level, please list the skills or technicalareas of expertise your firm could offer.All potential offerors are requested to submit either a statement of continued interestor to complete and submit their Statement of Capabilities and Qualifications along withthe spreadsheet accompanying this announcement electronically and in hardcopy by 3:00 PM(CST) on January 29, 2010 to:James.D.Huk@NASA.GOV James D. Huk II Contracting Officer NASA Office of Procurement/NASA Mail Code DA10 Stennis Space Center, MS 39529-6000 NOTE ** All potential offerors are reminded when establishing business relationships toensure complete compliance with the Small Business Administration OstensibleSubcontracting Rule.****DO NOT SUBMIT ANY PROPRIETARY INFORMATION. **** This procurement is anticipated to be conducted under full and open competition as setforth in FAR 6.1. The applicable North American Industry Classification System (NAICS)code is 541712 with a size standard of 1000. The period of performance shall beidentified in the appropriate documents as they are released. This requirement issubject to the Service Contract Act of 1965, with the primary place of performance atJohn C. Stennis Space Center, Mississippi. In accordance with the Federal Acquisition Regulation (FAR) Part 15.201 (c), (4), NASA/SSC solely reserves the unilateral right to conduct one-on-one discussions withpotential offerors at a later date should that be necessary. Potential offerors mayindicate their interest in having a one-on-one discussion opportunity, in theirStatements of Capabilities and Qualifications.This synopsis is for information and planning purposes only. It shall not be construed asa commitment by the government nor will the government pay for any information obtained.Respondents will not be notified of the results of this market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS09ZDA008R/listing.html)
 
Record
SN02043148-W 20100117/100115235012-26718ab18a8d30e0f8b3c78e939eb997 (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.