SOURCES SOUGHT
A -- FLIGHT CRITICAL SYSTEMS RESEARCH
- Notice Date
- 8/23/2012
- 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-FCSR
- Response Due
- 9/7/2012
- Archive Date
- 8/23/2013
- Point of Contact
- Bobbi Forbes, Contract Specialist, Phone 757-864-1770, Fax 757-864-7709, Email bobbi.forbes@nasa.gov - Roberta I Keeter, Contracting Officer, Phone 757-864-2521, Fax 757-864-6966, Email Roberta.I.Keeter@nasa.gov
- E-Mail Address
-
Bobbi Forbes
(bobbi.forbes@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Langley Research Center (LaRC) is hereby soliciting information for potential sources for Flight Critical Systems Research (FCSR). This requirement is a follow-on to these listed contracts: NNL06AA03B with Arinc, NNL06AA04B with Boeing, NNL06AA05B with Honeywell, NNL06AA07B with ERA, and NNL06AA08B with Lockheed. The purpose of this requirement is to conduct basic and applied research, technology development, systems analyses, and systems integration in airborne and ground-based systems critical to flight safety, management and control. Potential sources are sought capable of conducting research in the following general work areas: I) Crew Systems and Aviation Operations: Includes development of technologies and methods that provide real-time information electronically to flight crews (airborne or ground-based) to improve their situation awareness; communication, navigation, and surveillance infrastructure technologies required to acquire, process, and disseminate situation awareness information; and development of technologies and methods aimed at increasing the situation awareness of air traffic controllers. II) Safety-Critical Aviation Systems: Includes development and demonstration of methods, techniques, and tools for the design, verification, integration, validation, and certification of complex and highly integrated mission and life critical systems; investigation of methods that quantify the systems ability to perform to specification in the presence of faults; and development of concepts, methods, and technologies for distributed health diagnostic and prognostic system architectures and algorithms. III) Flight Critical Systems Analysis and Integration: Includes performance of systems engineering in support of novel flight critical systems analysis and development from research concept through simulation and test to flight experiment. The attached Draft Statement of Work contains additional information regarding the projected requirements. One of the main functions of this synopsis is to assist NASA LaRC in determining whether a Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Since no decision has yet been made all qualified firms are encouraged to respond. The NAICS Code for this procurement is 541712, and the size standard under this code is 500 Employees (Not to Exceed). Furthermore, the Government is also considering whether to procure the required FCSR through the solicitation and award of Multiple-Award Blanket Purchase Agreements (BPAs) issued against GSA schedule contracts. Firms having the required specialized capabilities in part or in all of the above requirements should submit a capability statement of 10 pages or less documenting their ability and past experience in performing similar efforts as described above. It is requested that the following be included: name and address of firm; size of business (number of employees); average annual revenue for past 3 years; whether large, small, small disadvantaged, 8(a), HUBZone, veteran and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); GSA Contract Number and pertaining SIN #s if applicable; an indication and explanation of whether or not your firm would pursue a GSA Schedule Contract Award if it is determined to procure the FCSR requirement through Multiple-Award BPAs issued against GSA Schedule Contracts; list of relevant work performed in the past five years (highlight relevant work performed, including contract numbers, technical description, contract type, dollar value of each procurement, and point of contact address and phone number). Please indicate if you intend to submit an offer, and if so, as a prime or sub-contractor. All statements must be in font size 12 and are due by September 7, 2012. Technical questions should be directed to Eric Cooper at 757-864-6674 or email: eric.g.cooper@nasa.gov. Procurement related questions should be directed to Bobbi Forbes at 757-864-1770 or email: Bobbi.J.Forbes@nasa.gov. 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 (NAIS). It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Bobbi.J.Forbes@nasa.gov. Please reference SS-FCSR in any response. Any referenced notes may be viewed at the following URLs linked below
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-FCSR/listing.html)
- Record
- SN02852171-W 20120825/120824000113-eaed0670e8277db79f624a834e8d85b1 (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 |