Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2012 FBO #3729
SOURCES SOUGHT

R -- SAFETY AND MISSION ASSURANCE ENGINEERING CONTRACT

Notice Date
2/7/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12424577L
 
Response Due
2/22/2012
 
Archive Date
2/7/2013
 
Point of Contact
Scott Stephens, Contracting Officer, Phone 281-792-7521, Fax 281-483-7890, Email scott.stephens-1@nasa.gov - Christina Hibbs, Contract Specialist, Phone 281-483-8119, Fax 281-483-4066, Email christina.a.hibbs@nasa.gov
 
E-Mail Address
Scott Stephens
(scott.stephens-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Johnson Space Center (JSC) is planning to recompete the contractrequirements for the current Safety and Mission Assurance Support Services Contract(SMASSC). The potential contract will require the review of work performed by othercontractors, International Space Station (ISS) Program, International Partners (IPs), andother NASA organizations. In addition, the potential contract will apply to futurePrograms and Projects. The major part of this future effort will be located at JSC inHouston, Texas. However, resident support is required at the JSC field office at theWhite Sands Test Facility (WSTF), New Mexico. Contractor services may be required atother locations, NASA contractor, subcontractor, or vendor facilities as requirementswarrant. The SMASSC currently provides programmatic support to the International Space Station(ISSP), Multi-Purpose Crew Vehicle (MPCV), and the Extravehicular Project Office throughsafety, reliability, availability, maintainability, supportability, quality engineering,quality assurance, software assurance, risk management, and technology assurancedisciplines. Real time support to the ISSP is provided in the Mission Evaluation Room(MER) by the S&MA office. In addition, SMASSC provides assurance engineering support tothe development of all JSC Government Furnished Equipment (GFE). The SMASSC providespressure systems technical expertise and manages the pressure systems certificationprogram for both the JSC and the White Sands Test Facility (WSTF). SMASSC also providesWSTF with expertise in the areas of materials and process engineering, and system safety.The contract name for the follow-on for the above scope is the Safety and MissionAssurance Engineering Contract (SMAEC). The disciplines described below are appliedacross all of the Programs supported by the Safety and Mission Assurance Directorate. The potential SMAEC contract will require the prime contractor to be able to provide allof the skills associated with the following disciplines. 1. Safety Engineering: Application of the systematic, forward-looking identification and control of hazardsthroughout the life cycle of an activity, a system, a function, a project, or a program. 2. Reliability, Availability, Maintainability, and Supportability: Assessment of inherent system design features that include: establishing reliabilityrequirements, selecting measures for the design definition and review, performingquantitative and qualitative reliability analyses and assessments to verify designcharacteristics, testing and certifying the design, identifying limited-life items, andparticipating in problem resolution and recurrence control. 3. Quality Engineering: Evaluation of the design, manufacturing, testing, and refurbishment of spaceflighthardware and software to ensure delivery of products in accordance with functional,performance, and design requirements. 4. Quality Assurance: Inspection and surveillance activities performed during production, testing, andoperations to reduce the overall risk to a project's cost, schedule, and mission success.Inspectors are required for various assembly, testing, and inspection methods.Surveillance Specialists are required to continually monitor and verify status ofcontracted processes and products to ensure specified requirements are met. 5. Software Assurance: Assessment of software to determine if it meets quality, reliability, and safetyrequirements, as well as technical and performance requirements. Assessment of processesused to develop software with assessment of the analyses and tests performed forverification. 6. Risk Management: Assessment of and recommendations for a disciplined and documented approach to ensurerisk is identified, evaluated, managed, and mitigated throughout the life cycle. 7. Technology Assurance: Analysis and evaluation of a broad range of new and emerging tools, techniques, andprocesses to complement long-range projects and programs. Additional functions required for this potential contract include: 1. Independent Assessment and Integrated Supplier Assurance Management: Evaluation andstatus of technical and process issues and concerns; evaluation of government suppliers. 2. Assurance Methodologies, and Special Processes: Electrical Electronic Electrometric(EEE) Parts, Government-Industry Data Exchange Program (GIDEP). 3. Website and database development and maintenance. 4. S&MA engineering discipline training development. 5. The S&MA Directorate also provides the JSC Receiving Inspection and Test Facility(RITF). It is certified and A2LA accredited by the American Association of LaboratoryAccreditation and compliant with ISO 9002-2000. The current capabilities includemechanical, chemical and electrical testing. The facility specializes in fastenertesting, wire/cable certification and electronic component evaluation. The facility alsoprovides 'hands on' training to NASA/contractor engineers, technicians, and inspectors inthe areas of Electrostatic Discharge (ESD), Solder, SMT, Crimping, Conformal Coating, andFiber Optic Terminations. The NAICS code for the proposed acquisition is 541330 and the small business sizestandard is $4.5 million. The maximum award value for the SMAEC contract is anticipatedto be $150 Million over a 5 year period of performance. The pertinent contract information for the current SMASSC contract in which many aspectsof the SMAEC Statement of Work are currently detailed is as follows: Current Contractor: SAICContract Number: NNJ06JE86CEstimated Contract Value: $365.1 million Contract Expiration Date: The current contract's period of performance ends April 30,2013. The intent of this Sources Sought Synopsis/Request for Information (RFI) is to solicitcomments from industry and capability statements from qualified sources, including LargeBusinesses (LB), Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a),HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs),Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically BlackColleges and Universities/Minority Institutions (HBCU/MIs). Interested offerors/vendors having the required specialized capabilities to meet theabove requirements should submit a capability statement that demonstrates the firmscapability to perform the major disciplines described above. In addition, industry is also invited to provide inputs in the following areas: 1. Identify barriers to competition that could be mitigated to foster a more competitiveenvironment for this procurement. 2. Contract Type and Performance: Please provide your view regarding what type ofcontract provides the best approach for this type of work. How should the risks versus rewards be shared by the Government and contractor? Howdoes the proposed contract type incentivize the contractor to perform high quality workat a reasonable price? Discuss your views specific to this contract regarding incentivefees, award fee, award term and/or other appropriate incentives for contractorperformance in terms of: 1) fixed price requirements; 2) cost type requirements. 3. Suggest any portions of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility of each. 4. NASA is considering ways to increase the use of excess capacity by external customersas a potential means of reducing long-term costs. Discuss any changes that NASA mightneed in processes, procedures, and operating standards to successfully attract moreexternal customers. What industry standards should NASA adopt? What special terms orconditions would NASA need to accept? Discuss ideas and incentives to encourage thecontractors efforts to find additional external customers for excess capacity in theReceiving Inspection and Test Facility (RITF) as well as excess capacity of other areasof technical expertise as identified in the disciplines described above.5. Small Business Subcontracting Goals: Suggest what you would consider to be reasonablesmall business subcontracting goals if the Government were to compete this potentialcontract on a full-and-open basis. State these suggested goals as a percentage of totalcontract value and show how separate goals for SDB, HubZone, WOSB, VOSB, SDVOSB, andHBCU/MI would comprise the overall suggested small subcontracting goal. Of thedisciplines and potential functions listed above, which would you suggest besubcontracted to small businesses? Responses must include the following: 1. Name and address of firm. 2. Size of business; average annual revenue for past 3 years and number of employees. 3. Whether the firm is large, SB, SDB, HubZone, WOSB, VOSB, SDVOSB, and HBCU/MI. 4. Number of years in business. 5. Affiliate information: parent company, joint venture partners, potential teamingpartners. 6. Indicate if the firm is interested in this potential requirement as a prime contractoror subcontractor. 7. List of customers covering the past five years (highlight relevant work performed,contract numbers, contract type, dollar value of each procurement; and point of contact -address and phone number). This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited.Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized on the Federal Business Opportunitieswebsite and on the NASA Acquisition Internet Service. It is the potential offerorsresponsibility to monitor these sites for the release of any solicitation or synopsis.The Government intends to review the responses submitted by industry. The informationreceived will not be released in its submitted form, but may be used to refinerequirements and develop the best approach for any follow-on contract strategy. Therefore the information may be recognizable. Please do not submit proprietaryinformation. Data that is submitted as part of the Industrys response that is markedproprietary will not be reviewed. In order to facilitate teaming arrangements, NASA intends to release the names,addresses, and points of contact of all respondents on the NASA website for thisacquisition, unless specifically requested not to do so by the respondent.All responses shall be submitted via e-mail to the Contract Specialist, Christina Hibbs(e-mail address: Christina.A.Hibbs@nasa.gov) no later than 4:00 p.m. CDT on February 22,2012. Please reference NNJ12424577L in any response. A website for this contemplated acquisition has been developed and can be found athttp://procurement.jsc.nasa.gov/smaec/ Interested parties are responsible for checking this website for further information andupdates. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12424577L/listing.html)
 
Record
SN02669039-W 20120209/120207234838-034c6cc39948aaa097a57c0441ca037f (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.