SOURCES SOUGHT
R -- Facility Assurance, Inspection, Monitoring, and Occupational Safety (FAIMOS-II) - Draft Performance Work Statement
- Notice Date
- 9/25/2018
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- LARC_SAFETY_MISSION_ASSURANCE_INSPECTION_2019
- Point of Contact
- Alicia M. Kelly-Eslinger, Phone: 7578647589, Ryan D. Bradley, Phone: 7578642027
- E-Mail Address
-
alicia.m.kelly-eslinger@nasa.gov, ryan.d.bradley@nasa.gov
(alicia.m.kelly-eslinger@nasa.gov, ryan.d.bradley@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Exhibit A - Performance Work Statement dated 28 Aug 2018 The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) 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 (SDVOSB), and Historically Underutilized Business Zone (HUBZone) business for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the subject requirement. The Government reserves the right to consider a small, SDB, 8(a), WOSB, VOSB, SDVOSB or HUBZone business set-aside based on responses hereto. Interested offerors/vendors shall submit a capability statement depicting the required capabilities in the following areas: Occupational safety and industrial hygiene, facility safety and assurance, material analysis and quality assurance laboratory, life safety (emergency support services), construction inspection, and facility monitoring services as outlined in the associated Performance Work Statement. Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of no more than 5 pages (including attachments) with a minimum font size of 12. The Capability Statement should indicate the firm's ability and past experience in performing the aspects of the effort described above and the Draft Requirements Document. Please include a specific example (or examples) of the firm's experience and contracts with services under the FAIMOS-II requirement. It is requested that the following be included in the 5 page limit: (a) Name and address of firm; (b) Point of Contact information to include name, title, phone number and email address; (c) Whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) Average annual revenue for past 3 years and number of employees; (e) Size of business concern and date the size designation is good through (large, small, 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone, small disadvantaged, woman-owned small business; (f) Number of years in business; (g) Affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) Two or three customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). Discuss particular technical areas of the Performance Work Statement that you have performed. Potential offerors are referred to the attached Performance Work Statement for a more detailed listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Performance Work Statement. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives (positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 541690, Other Scientific and Technical Consulting Services, with a size standard of $15,000,000 annually. Estimated award date for this contract is on/about August 1, 2019. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. 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. All responses and questions shall be submitted in writing, via email, to Alicia Kelly-Eslinger at alicia.m.kelly-eslinger@nasa.gov no later than 4:00 PM on 26 October 2018. Please reference FAIMOS-II Sources Sought in the subject line of your response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/LARC_SAFETY_MISSION_ASSURANCE_INSPECTION_2019/listing.html)
- Place of Performance
- Address: NASA Langley Research Center, Hampton, Virginia, 23681, United States
- Zip Code: 23681
- Zip Code: 23681
- Record
- SN05104863-W 20180927/180925231327-af3d9a4d3062af99a4394b8fa1a11a02 (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 |