SPECIAL NOTICE
18 -- Request for Information Plasma Diagnostic Package spacecraft system - Request for Information
- Notice Date
- 2/13/2018
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, Ohio, 44135
- ZIP Code
- 44135
- Solicitation Number
- 80GRC018R0011
- Archive Date
- 4/14/2018
- Point of Contact
- Daniel M. Saccomando,
- E-Mail Address
-
daniel.m.saccomando@nasa.gov
(daniel.m.saccomando@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Hardware Acoustic Levels PDP Loads PDP Concept Design Suite of Plasma Diagnostic Sensors RFI and Sources Sought notice This is a combined Sources Sought and Request for Information. The National Aeronautics and Space Administration (NASA) GLENN RESEARCH CENTER (GRC) 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 Plasma Diagnostics Package Electronics. 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. 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 Offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Sources Sought 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. Please direct all comments and questions to Daniel.m.saccomando@nasa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/80GRC018R0011/listing.html)
- Record
- SN04821296-W 20180215/180213231411-6d46940055a73db0848165f829f3c657 (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 |