SOURCES SOUGHT
R -- EXPENDABLE LAUNCH VEHICLE INTEGRATED SUPPORT 3
- Notice Date
- 10/30/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16ZLS001L
- Response Due
- 11/13/2015
- Archive Date
- 10/30/2016
- Point of Contact
- Didetsa C Vazquez Soto, Contract Specialist, Phone 321-867-7127, Email didetsa.c.vazquezsoto@nasa.gov
- E-Mail Address
-
Didetsa C Vazquez Soto
(didetsa.c.vazquezsoto@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administrations (NASA) John F. Kennedy Space Center (KSC) is hereby soliciting information about potential sources for the acquisition of integrated services in support of the NASA Launch Services Program (LSP) at KSC under a contemplated Expendable Launch Vehicle Integrated Support 3 (ELVIS 3) contract. The ELVIS 3 contract will succeed the current KSC ELVIS 2 contract, with performance commencing no earlier than April 2017. The NASA LSP demonstrates leadership and expertise in providing on-orbit, on-time, on-cost launch services. This is accomplished by providing end-to-end as well as advisory services for NASA Science and Exploration, US Government, and Government sponsored missions. The NASA LSP promotes the evolution of a US Commercial Space Launch Market through continued relationship development with customers and stakeholders as well as the continual enhancement of policy, contract, and launch products and services. The following requirements are contemplated under the ELVIS 3 contract: 1. NASA LSP Program Management Support. Perform and integrate the Programmatic LSP business and administrative functions, such as: program planning support, program monthly reviews, program evaluation, measurement, and performance data, program configuration action request support, program requirements control board and risk management coordination and support functions, program information and documentation maintenance, technical writing, reports, and documentation support, program outreach services, conference room scheduling, language lab scheduling, industrial engineering network support, and public affairs support. 2. NASA LSP Programmatic Safety, Reliability and Resident Office Quality Engineering Support. Gather data and perform insight activities at the LSP Resident Offices to enable the NASA Safety and Mission Assurance Launch Services Division to perform an independent assessment for flight readiness. Participate in reviews, meetings, pertinent tests and site visits. Produce products in support of the Divisions Flight Readiness activities. 3. Launch Site Support Engineering. Support the NASA Launch Site Integration Manager for all payload ground processing mission activities at the NASA provided payload processing facilities, and the Eastern and Western Ranges, as well as other launch sites. Provide launch site support documentation, launch site integration operational services, launch site coordination services, guard services, and escort of foreign nationals. 4. Technical Integration Services. Support all NASA LSP primary and auxiliary missions, and missions for which NASA has an advisory support role. Provide mission integration coordination services, engineering technical integration services, launch operations management services, and project management and systems engineering support services. 5. Communications and Telemetry. Provide development, engineering, operations, and maintenance of NASA LSP communications and telemetry systems in operational areas for NASA LSP supported missions including commercial and other customers of the NASA LSP. 6. Vandenberg Air Force Base (VAFB) Unique Support. Provide all planning, management, manpower, capabilities, and certifications to operate and maintain facilities, facility systems, and support equipment assigned to NASA at VAFB. Provide infrastructure services and satisfy support requirements for NASA customers and NASA resident and transient personnel. 7. Information Technology. Develop, maintain, operate, integrate, and secure information systems that provide for the management, preparation, publication, control, and dissemination of information and data required by the contract. 8. Launch Vehicle Insight. Perform engineering and analyses for the NASA LSP.Review and evaluate commercial launch provider and spacecraft customer tasks and products to enable NASA LSP to provide approval of mission specific items and readiness for NASA missions. This includes fleet insight and evaluating the launch provider vehicle systems design, analyses, manufacturing, verification, validation, assembly, integration, testing, checkout, anomaly resolution, and launch preparations for compliance with applicable requirements and processes. 9. Special Studies. Perform special studies, projects, and analyses including, but not limited to, studies associated with mission unique items; processing and launch of nuclear payloads; technology applications; enhancement of the quality of LSP program/project services and capabilities; and advance planning and feasibility in support of future missions. 10. Facility Upgrade/Modification/Repair Design and Construction. Provide architect-engineer services in support of NASA LSP Construction of Facilities projects that include but are not limited to Preliminary Engineering Reports, design packages, minor construction, modification/rehabilitation construction, and repair construction. The primary launch sites under this effort are located at Cape Canaveral Air Force Station (CCAFS), Florida and VAFB, California. Alternate launch sites include, but are not limited to, Reagan Test Site, Kwajalein Atoll; Kodiak Island, Alaska; and Wallops Island, Virginia. Work locations also include commercial launch providers locations or other locations as new commercial launch providers are identified. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the responsibility of prospective offerors to monitor this site for the release of any solicitation or synopsis. This sources sought 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. NASA/KSC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-Owned Small (WOSB), Veteran Owned Small (VOSB), Service Disabled Veteran Owned Small (SD-VOSB), 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 this requirement. The Government reserves the right to consider a Small, 8(a), WOSB, VOSB, SD-VOSB, or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code and size standard for this requirement is 541330, Engineering Services, and $38.5 million, respectively. Interested offerors having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less (including the cover page) to the contracting officer, Didetsa C. Vazquez Soto, at didetsa.c.vazquezsoto@nasa.gov by Friday, November 13, 2015. Please reference NNK16ZLS001L in the subject line. The cover page shall include the following: 1. Company name and address; 2. Company size (large or small) and socioeconomic classification under the above NAICS code and size standard; 3. Number of employees; 4. Average annual revenue for the past three (3) years; 5. Affiliate information (as applicable) including, parent company or joint venture partners; and 6. Company point of contact. It is insufficient to provide only general brochures or generic information. Capability statements shall include company specific capabilities that are relevant to the requirements listed above. Respondents will not be notified of the results of the evaluation and copies of capability statements will not be made available to prospective offerors in the future. NASA/KSC is also interested in prospective offerors feedback related to possible subcontracting opportunities, given the possibility this action may be competed on an unrestricted basis. This feedback would be used as research information to support the analysis and development of subcontracting goals. An Industry Day orientation and tour is planned at KSC and VAFB. The length of the Industry Day orientation is estimated to be one hour, which will be followed by a short tour of LSP related facilities (expected to be 2 hours or less). The orientation and tour of VAFB NASA/LSP facilities is planned for Thursday, November 19, 2015, beginning at 9:00 a.m. The orientation and tour of KSC and CCAFS NASA/LSP facilities is planned for Monday, November 23, 2015, beginning at 8:30 a.m. Attendance is limited to two attendees per company for each location. Each company should submit to the contracting officer, Didetsa C. Vazquez Soto, at didetsa.c.vazquezsoto@nasa.gov a completed attendance form no later than Friday, November 13, 2015. The attendance form will be made available via the ELVIS 3 website, http://sitecore.ksc.nasa.gov/elvis3. Access to the attendance form requires registration on the ELVIS 3 website. All registrants will be automatically included on the websites Interested Parties List. The purpose of Industry Day is to: 1. Promote competition by providing industry a better understanding of the upcoming procurement; 2. Provide industry a networking opportunity to build teaming arrangements; and 3. Provide an early opportunity for the Government to introduce preliminary aspects of the procurement. A series of one-on-one meetings will be held at KSC November 23-24, 2015, starting after the KSC and CCAFS NASA/LSP facilities tour. Interested parties are limited to a 20 minute one-on-one meeting with a maximum of two attendees per company. Interested parties must clearly identify their request for a one-on-one meeting on the Industry Day attendance form, which will be available via the ELVIS 3 website. Interested parties will be notified of their scheduled time prior to Industry Day. Additional information regarding Industry Day such as ground rules, meeting locations, directions, badging, one-on-one scheduling, and any other pertinent information will be posted to the ELVIS 3 website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16ZLS001L/listing.html)
- Record
- SN03934233-W 20151101/151030233937-a8cdb8aa29af6f8c38a2b6de6d4200d6 (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 |