SOURCES SOUGHT
C -- Request for Information: ENVIRONMENTAL TEST AND INTEGRATION SERVICES (ETIS) III - ETIS III Draft SOW
- Notice Date
- 9/1/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
- ZIP Code
- 20771
- Solicitation Number
- NNG17637132I
- Archive Date
- 10/4/2017
- Point of Contact
- Meredith A. Hart,
- E-Mail Address
-
meredith.a.hart@nasa.gov
(meredith.a.hart@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- ETIS III Draft SOW The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) 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 Environmental Test and Integration Services (ETIS) III. 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 GSFC Environmental Test Engineering and Integration facilities are managed by the Applied Engineering and Technology Directorate's Mechanical Systems Division to provide environmental test capability that ensures spacecraft and flight experiments will withstand the rigors of launch and will operate properly in the space environment. Other technical facilities managed by a variety of GSFC organizational codes provide a full spectrum of technology and flight-mission development capabilities. In addition to operations, these technical facilities have on-going goals of advancing the state of-the-art in the development of improved space flight systems. The GSFC Environmental Test Engineering and Integration Facilities are one of the most complete and comprehensive complexes within the United States. NASA/GSFC is soliciting information from industry regarding an upcoming follow-on to the ETIS II Contract, which supports the Applied Engineering and Technology Directorate (AETD). NASA is soliciting responses from interested parties in regard to vendor capability and interest. NASA is seeking capabilities from both large and small businesses for the purposes of determining the appropriate level of competition and small business subcontracting goals for this requirement. This RFI is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. This document is for information and planning purposes only and to allow industry the opportunity to express the range of capability in the market. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Potential offerors are requested to submit information in the form of a Capabilities and Qualifications Statement that includes: (1) Addressing all of the functional areas outlined in the attached draft ETIS III Statement of Work and (2) Summarizing relevant past experience. The statement of capability shall be UNCLASSIFIED. Companies also must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Your responses will not be returned nor will respondents be notified of the results of the evaluation. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). All written documents shall be in Microsoft Word and shall be no more than 10 pages (8.5"x 11", using not smaller than 12 point Arial font) in length. A one-page summary shall be included with the capability statement(s), which identifies the company's specific capabilities that are relevant to the requirement. In addition, the summary should also include the following: Name and address of company, average annual revenue for past 3 years, number of employees, type of business ownership (i.e., Large Business, Small Business, Women-Owned Small Business, Small Disadvantaged Business,8(a) Business, HUBZone, Service-Disabled Veteran-Owned SmallBusiness, and Veteran-Owned Small Business), and location of the business. The one page summary page will not count against the maximum page limit. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps. Comments which demonstrate clear benefit to performance and cost are of particular value and interest to the Government. Given the potential scope of work (operations, maintenance, task planning & integration, design, development and systems engineering), the Government is very interested in industry comment and recommendation for the most effective contract structure, and scope. Please provide a recommended contract structure and scope of contract for the requirements described within. Describe the reasoning behind your recommendations. Interested offerors shall address the requirements of this RFI in written format by electronic mail to Meredith Hart at: meredith.a.hart@nasa.gov no later than September 19, 2017 by 5:00pm EST. When responding, please reference ETIS III RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f71176f952d01bf2d5666c98d4ee8bb4)
- Record
- SN04659425-W 20170903/170901232054-f71176f952d01bf2d5666c98d4ee8bb4 (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 |