Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

A -- NASA SAFETY OFFICE CONTRACT

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
 
ZIP Code
23337
 
Solicitation Number
NNG10299022J
 
Response Due
2/4/2011
 
Archive Date
9/30/2011
 
Point of Contact
Amy Strong, Contract Specialist, Phone 757-824-2363, Fax 757-824-1974, Email Amy.K.Strong@nasa.gov - Pamela J Taylor, Contracting Officer, Phone 757-824-1068, Fax 757-824-1974, Email Pamela.J.Taylor@nasa.gov
 
E-Mail Address
Amy Strong
(Amy.K.Strong@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/GSFC/Wallops Flight Facility (WFF) plans to issue a Draft Request for Proposal(DRFP) for the following commercial service in support of the NASA Safety Office. Anticipated release date of the DRFP is 11/08/10. The contractor shall be responsiblefor providing support services to the WFF Safety Office to manage all safety aspects ofRange Safety missions as well to provide support for the Institutional Safety needs ofthe facility through the following functions: program management, task implementation,professional training, continuous risk management, contract management, subcontractadministration, quality control, and data management.The overall scope of this contract is to provide Range Safety and Institutional Safetysupplemental support services for NASAs Wallops Flight Facility (WFF) and the NASA WFFResearch Range. WFF is home to the NASA Sounding Rockets Program Office, the NASABalloon Programs Office and the NASA Aircraft Office. In addition, WFF supports variousNASA and non-NASA projects as the lead range.The Contractor shall have the capability to meet surge demands, i.e. new programs,projects start up or multiple programs and projects conducted simultaneously. Thissupport shall be on-demand until such time as the surge no longer requires additionalsupport. The contractor shall provide the personnel with the specialized expertise to support allthe WFF missions as well as the larger class of liquid propellant required to accommodateclasses of vehicle capable of carrying at least 5,500 kg to orbit. The contractor shallalso be capable of providing personnel having the capability to make recommendations tothe Government regarding how the operations should be accomplished to ensure safety ofrange/off-range personnel during fueling, transportation, storage and launch of theseexpendable launch vehicles.The contractor shall furnish accurate overall information which provides the Governmentsufficient insight into the Contractors ability to analyze, mitigate, and control risks. The contractor shall provide qualified personnel with the necessary training, securityclearances, and technical expertise in the functional support areas required. Typicalexpertise that may be required on a day-to-day basis includes, but is not limited to,aerospace engineers, electrical engineers, mechanical engineers, chemical engineers,safety engineers, and fire protection engineers. For special projects, more specializedexpertise may be needed such as experience with liquid fueling operations, as specifiedin the task order defining the requirement. All personnel proposed shall have at a minimum, a National Agency Check (NAC), or currentequivalent as required by HSPD-12, either completed or in progress.This procurement is a total small business set-aside.The NAICS Code and Size Standard are 541712 (exception, Space Vehicles and Guided Missiles, their Propulsion Units, theirPropulsion Units Parts, and their Auxiliary Equipment and Parts); and employee sizestandard of 1,000 employees respectively.The anticipated release date of the DRFP NNG10299022J is on or about 11/08/10 with ananticipated RFP due date of on or about 02/04/11.All responsible small business sources may submit a proposal which shall be considered bythe agency.NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Officeof the Director, Associate Director, Nancy A. Abell; Contact information - Voice:301-286-5867; Fax: 301-286-1714; Electronic mail: Nancy.A.Abell@nasa.govThe solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World-Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASABusiness Opportunities page is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted in writing toAmy.K.Strong@NASA.GOV no later than December 14, 2010.Telephone questions will not beaccepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG10299022J/listing.html)
 
Record
SN02303068-W 20101002/100930235555-b6e249a9fa614dfeaf14eda31d25c8e2 (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.