Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOURCES SOUGHT

59 -- Cable Cutters for Parachute Recovery System

Notice Date
7/28/2016
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA16595507L-AGS
 
Archive Date
8/20/2016
 
Point of Contact
Gary A. Shelley, Phone: 6506040065, Bethany A. McClave, Phone: 6506043747
 
E-Mail Address
gary.a.shelley@nasa.gov, bethany.a.mcclave@nasa.gov
(gary.a.shelley@nasa.gov, bethany.a.mcclave@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (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 two (2) 3/8 inch pyrotechnic device cable cutters that will be used on a small sounding rocket to release a parachute recovery system. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NASA/ARC requirements include the following: 1. Capability of severing 5/16 inch Kevlar rope in a light weight compact package. 2. No-fire current/ No-fire power: 1 Amp/1 Watt. 3. Compatible for use on a Peregrine sounding rocket recovery system. The North American Industry Classification System (NAICS) code for this procurement is 334419, Other Electronic Component Manufacturing, with a size standard of 750 employees. The Government intends to acquire a commercial item using FAR Part 12. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Responses must include the following: name and address of firm, 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, Veteran Owned, Service Disabled Veteran Owned, 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 3-5 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). Oral communications are not acceptable in response to this notice. 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. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Information about major upcoming ARC procurement actions are available at: http://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC All responses shall be submitted to Gary Shelley, Contract Specialist no later than August 5, 2016, 12:00 PM PST. Please reference NNA16595507L-AGS in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA16595507L-AGS /listing.html)
 
Place of Performance
Address: NASA Ames Research Center, Moffett Field, California, 94035-0001, United States
Zip Code: 94035-0001
 
Record
SN04199673-W 20160730/160728234730-f44f0899f540b8d475de2decd9efb7a3 (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.