SOURCES SOUGHT
A -- ADVANCED RESEARCH AND TECHNOLOGY SUPPORT - ARTS
- Notice Date
- 9/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- ARTS-NNC12ZRE026R
- Response Due
- 9/28/2012
- Archive Date
- 9/17/2013
- Point of Contact
- Melissa A Merrill, Contract Specialist, Phone 216-433-6359, Fax 216-433-5489, Email Melissa.A.Merrill@nasa.gov
- E-Mail Address
-
Melissa A Merrill
(Melissa.A.Merrill@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE TEMPLATE The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), SBA certified Historically Underutilized Business Zone (HUBZone) businesses,and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Advanced Research and Technology Support (ARTS). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB) or Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or SBA Certified HUBZone business set-aside based on responses hereto. The Glenn Research Center requirements include the following: SEE ATTACHED DRAFT STATEMENT OF WORK Advanced Research and Technology Support (ARTS) Statement of Work 1.Scope This contract shall enable the Glenn Research Center (GRC) to secure, sustain, and grow specialized research and development capabilities essential to its role in supporting NASA programs and GRCs strategic action plan. The ARTS contractor shall provide support in conducting applied research in areas of GRCs core competencies as well as enabling technologies. These include incorporating the necessary advances in research and technologies to provide a broader understanding of the effects of the environment of space; materials and structures for aerospace applications; engine systems technologies for aerospace vehicles; in-space power and propulsion systems; instrumentation, sensors, and controls for aeronautics and space systems; and technologies for safe and efficient aircraft operation in atmospheric icing conditions. The contractor shall provide research avenues that, by filling gaps in knowledge, will create the foundation upon which broadly applicable new technologies can be developed. Those technologies will be applied to systems being developed by various NASA Mission Directorates. NASA encourages academic involvement in many of its programs. As such, this contract shall enable the ability to contract and/or collaborate with university faculty and students. See the arts website for the complete Statement of Work. Https:arts.grc.nasa.gov The North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 500 Employees. Estimated award date for this contract is June 2013. Estimated award amount is [$10 to 13 MILLION, per year, for 5 years. We plan to use a Cost Plus Fixed Fee, Indefinite Delivery Indefinite Quantity contract, with a base ordering period of five year(s) with 1, 6 month option. This contract will be a follow on to the existing contract,NNC08BA08B, with Universities Space Research Association. 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. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, DUNS number, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned or Economically Disadvantaged Woman Owned, Veteran Owned, Service Disabled Veteran Owned, SBA certified Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 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); 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). Please provide an estimate of the percentage of work to be performed by the prime contractor and for each major subcontractor. Technical questions should be directed to: https:arts.grc.nasa.gov. Procurement related questions should be directed to: https:arts.grc.nasa.gov. This is not a commercial item. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes 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. All responses shall be submitted to Melissa.a.merrill@nasa.gov no later than September 28, 2012. Please reference NNC12ZRE026R 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/GRC/OPDC20220/ARTS-NNC12ZRE026R/listing.html)
- Record
- SN02885629-W 20120919/120918000709-c68b656d27b3df5836431d6d75382030 (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 |