Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOURCES SOUGHT

99 -- SPECIALIZED ENGINEERING AERONAUTICS AND MANUFACTURING

Notice Date
9/24/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BR
 
ZIP Code
00000
 
Solicitation Number
NNJ15ZBR008L
 
Response Due
10/14/2015
 
Archive Date
9/24/2016
 
Point of Contact
Portia S Keyes, Contract Specialist, Phone 281-792-8682, Fax 281-483-7890, Email portia.s.keyes@nasa.gov - Stacy G. Hosuton, Contracting Officer, Phone 281-483-9649, Email stacy.g.houston@nasa.gov
 
E-Mail Address
Portia S Keyes
(portia.s.keyes@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Flight Operations Directorate (FOD) is responsible for planning, training, and flying aviation and human space flight missions. FOD periodically requires engineering, analysis, and fabrication services to support its operations. This Request for Information is to assess capabilities and gather information to assist in procurement strategy for a potential Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, with a size standard of $38.5M. SEAM Description: SEAM will provide a streamlined ordering process for a wide range of engineering services and solutions to design, develop, test, and evaluate new hardware, address system and component obsolescence and support the sustainment, alteration, and improvement of the Neutral Buoyancy Laboratory (NBL), Space Vehicle Mockup Facility (SVMF), Mission Control Center (MCC), Space Station Training Facility (SSTF), aircraft, aircraft programs, projects, activities, and other NASA and JSC projects. It is anticipated that two or more separate IDIQ contracts for each task category will be awarded. Offerors do not need to be able to perform more than one category, but may respond to more than one category. Tasks will be predominantly in support of FOD, including but not limited to, the Neutral Buoyancy Laboratory (NBL), Space Vehicle Mockup Facility (SVMF), Mission Control Center (MCC), Space Station Training Facility (SSTF), and Ellington Field aircraft operations. However, other JSC organizations may also chose to use this mechanism for projects within the technical scope defined. It is not anticipated that any potential future contract will require the fabrication of space flight hardware, but the requirements will include projects with specific materials and/or milspec hardware. It is anticipated that the majority of work will be performed at contractor facilities. Some work may be performed at NASA facilities. Contractors will be required to meet all JSC requirements for working onsite. Potential requirements will fall into one of the following task categories: Task Category A Aero Engineering: analysis, design, and testing of aircraft, structural systems, and components. Task Category B Aircraft Mechanical Engineering: sustainment, alteration, improvement, design, analysis, and test of aircraft and mechanical systems. Task Category C Aircraft Electrical Engineering: sustainment, alteration, improvement, design, analysis and test of aircraft and electrical systems. Task Category D General Engineering Services including drafting, mechanical, structural, electrical design and analysis and associated fabrication and/or procurement. See the attached draft statement of work for details on each task category. Request for Information on Potential Procurement Approach To assist in formulating a procurement strategy, the following information is requested. In your response, indicate which number below you are addressing. 1.Discuss recommendations related to the organization/content of the 4 task categories. 2.Describe your ability to perform the work in the draft Statement of Work (SOW). Please identify which category you are responding to, and your ability to complete such work in offsite facilities. 3.The government is considering issuing tasks under a Firm-Fixed-Price or Cost-Plus-Fixed-Fee contract vehicle. Discuss any recommendation(s) on how tasks could be issued and why. 4.Please identify your approach to financial management for a hybrid contract. 5.Streamlined bidding and project proposals are a significant goal of this procurement effort. Provide feedback on how NASA can streamline the competition and Task Order competition processes while ensuring successful completion of projects at best value to the government. 6.NASA anticipates that some tasks may require quick reaction capability. Please describe your ability to respond to such tasks and discuss how NASA can assure the ability of the contractor to respond rapidly and effectively for urgent tasks. 7.Describe your interest and ability to provide quality assurance services as described in the draft SOW. Responses to the RFI shall include the company name, address, and point of contact. The Government intends to release the company names, addresses, and points of contact of all respondents unless specifically requested not to do so by the respondent. This information will be provided on the SEAM procurement website in an Interested Parties List. Any communications in reference to this RFI shall cite the RFI number in the subject line and be directed to the point of contact identified in the RFI. Interested offerors/vendors having the required specialized capabilities to meet the above task categories should submit a capability statement of fifteen (15) pages or less, using no less than 12 point Times New Roman font, indicating the ability to perform one or more of the four task categories described herein. Small Business Sources Sought Request The intent of this section is to solicit small business capability statements from qualified sources including Small (SB), Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). Sources Sought responses will be used to determine how these task categories may be set aside. Interested offerors/vendors having the required specialized capabilities to meet the above task categories should submit a small business capability statement of ten (10) pages or less indicating the ability to perform one or more of the four task categories described herein. Responses must include the following: 1.Name and address of firm 2.Average annual revenue for past three years 3.Number of employees 4.Ownership 5.Whether the firm is a SB, SDB, HUBZone, WOSB, VOSB, SDVOSB, HBCU/MI and/or 8a or other than small business for the NAIS code indicated above 6.Number of years in business 7.Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) 8.A list of customers covering the past five years (highlight relevant work performed, contract numbers indicate if your firm was the prime contractor or subcontractor, contract type, dollar value of each procurement and point of contact - address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. If the contract(s) were IDIQ please indicate the number of task orders awarded and the total dollar value of those task orders. At least 3 projects related to the applicable task category should be included. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 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. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/synopsis. Your response is requested by 4:00 p.m. CDT on October 14, 2015. All responses should be submitted electronically via e-mail to portia.s.keyes@nasa.gov and stacy.g.houston@nasa.gov. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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. The Government intends to review the responses submitted by industry. The information received will not be released in its submitted form outside of the Government, but may be used to refine requirements and develop the best approach for any contract strategy. Therefore, the information may be recognizable. Please do not submit proprietary information. Data that is submitted as part of the Industrys response that is marked proprietary will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ15ZBR008L/listing.html)
 
Record
SN03902170-W 20150926/150924235809-cbdeff2e679dfc0b32e5a0ab64307023 (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.