SOURCES SOUGHT
A -- RELIANCE CONSOLIDATED MODELS--RECOM III SUPPORT
- Notice Date
- 3/1/2012
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-LCD-RECOMIII
- Response Due
- 3/30/2012
- Archive Date
- 3/1/2013
- Point of Contact
- Octavia L Hicks, Contract Specialist, Phone 757-864-8510, Fax 757-864-9097, Email octavia.l.hicks@nasa.gov - Susan E. McClain, Contracting Officer, Phone 757-864-8687, Fax 757-864-8863, Email Susan.E.Mcclain@nasa.gov
- E-Mail Address
-
Octavia L Hicks
(octavia.l.hicks@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/LaRC is hereby soliciting information about potential sources for RelianceConsolidated Models (RECOM III) support. This support is a consolidation of design andfabrication efforts for Aerospace Model Systems and Development Test Hardware used forspaceflight, space exploration, flight and ground-based tests supporting Ames ResearchCenter, Glenn Research Center, Langley Research Center, and Marshall Space Flight Center. These research models and hardware may consist of both mechanical andelectrical/electronic hardware elements. The mechanical hardware elements include, butare not limited to, wind tunnel models, drop models, model components, model supportsystems, test equipment, turbo-machinery models, aircraft flight test hardware, spaceflight hardware, structural test articles and instrumentation/devices to measure force,moments, acceleration, attitude, pressure strain, and temperature. The Contractor shallcomplete basic stress analysis as well as complex analytical tasks to support the design,such as finite element modeling, fracture mechanics analyses, and fatigue analysis. TheContractor shall perform hand finishing, polishing, and lapping on precision hardware,such as highly cambered and twisted wings, sculptured surfaces, and contours from CADgenerated models while maintaining dimensional tolerances as accurate as +/-.002 inchesand surface finishes as low as 2 rms (micro inches). The Contractor shall install staticand dynamic pressure instrumentation in hardware. Other dimensional requirements mayrequire accuracy to within.0002 inches. The electrical/ electronic hardware elementsinclude but are not limited to motors, actuators, sensors, control panels, printedcircuit boards, data acquisition and control systems, circuit protection, connectors,fiber-optic cables, and wiring as required to support the test hardware. The Contractorshall be capable of rolling and forming large steel and aluminum plates (up to one inchthick), sheets, and structural forms, as well as have a broad range of experience with avariety of joining and welding techniques. The National Aeronautics and Space Administration (NASA) Langley Research Center isseeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for RECOM III. The Government reserves the right to consider aSmall, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone businessset-aside based on responses hereto.One of the primary goals of this synopsis is to assist LaRC in determining whether aSmall Business Set-Aside is an acceptable strategy for this procurement. If a full andopen competition is ultimately pursued, responses to this synopsis will be used to aid inestablishing small business subcontracting goals. Since no decision on a set-aside hasyet been made, all qualified firms are encouraged to respond. The North AmericanIndustry Classification System (NAICS) Code for this procurement is 541712 and the sizestandard under this code is 1,500 employees.Interested offerors/vendors having the required specialized capabilities in part or allof the above requirements should submit a capability statement of 10 pages or less,indicating their ability and past experience in performing similar efforts as describedabove.Work cited as past experience shall contain a brief technical description, dates,and a reference with a current phone number. In addition, responses must include thefollowing: name and address of firm, size of business; average annual revenue for past 3years and number of employees; ownership; whether they are large, small, smalldisadvantaged, 8(a), HUBZone, veteran-owned, service-disable veteran-owned and/orwoman-owned; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number).Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.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. Technical questions should be directed to: David Lewis at (757) 864-2773(ronald.d.lewis@nasa.gov). Procurement related questions should be directed to: OctaviaL. Hicks at (757) 864-8510 (octavia.l.hicks@nasa.gov).All responses shall be submitted to Octavia L. Hicks no later than March 30, 2012. Please reference SS-LCD-RECOMIII in any response. Any referenced notes may be viewed atthe following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-LCD-RECOMIII/listing.html)
- Record
- SN02686852-W 20120303/120301235016-d0b145da0ecb0e6c437b78bcf8beda9b (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 |