SOLICITATION NOTICE
M -- NASA SSC/MAF Laboratory Servcies
- Notice Date
- 2/12/2020 3:10:46 PM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NASA STENNIS SPACE CENTER STENNIS SPACE CENTER MS 39529 USA
- ZIP Code
- 39529
- Solicitation Number
- 80SSC020R0002
- Response Due
- 2/28/2020 3:00:00 PM
- Archive Date
- 01/31/2021
- Point of Contact
- Sheldon Murphy, Phone: 2286881879, Charles Heim, Phone: 2286883199
- E-Mail Address
-
sheldon.l.murphy@nasa.gov, charles.j.heim@nasa.gov
(sheldon.l.murphy@nasa.gov, charles.j.heim@nasa.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The sources sought number related to this posting is 80SSC019R0006. This is NOT a Request for Proposal (RFP).� This DRAFT RFP is being released to notify and receive feedback from interested vendors of the National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement�s (OP) intent to issue a RFP for the procurement of Laboratory services at SSC, MS and Michoud Assembly Facility (MAF), LA.� The work to be performed under this requirement includes all necessary managerial and technical expertise to support/operate the physical laboratory at NASA SSC for CORE requirements at both SSC and MAF.� Laboratory services may be provided to any/all of the following customers:� NASA, NASA Contractors, NASA Tenants, Other Government Agencies, and other authorized commercial customers.� The contractor shall provide a broad range of laboratory services in the following areas:� Contract Management, Logistics and Property Management, Safety, Health and Environmental, General Laboratory Services, Metrology Assurance, Measurement Standards and Calibration Services, Gas and Material Analysis Services, Environmental Laboratory Services, Stennis Institutional Geographic Information System (SIGIS) Services, and related operations required to support mission requirements. The draft RFP must be requested via the electronic library.� An electronic library has been established that contains all draft laboratory services solicitation documentation.� The website for the laboratory services electronic library is:� https://lsc.ssc.nasa.gov/TechLibrary.asp� Instructions are in the �Go Here First� folder. You will be required to provide requested information to gain access to the documents.� THESE INSTRUCTIONS ARE FOR ACCESS TO THE DRAFT SOLICITATION ONLY.� YOUR ACCESS WILL EXPIRE ON FEBRUARY 28, 2020.� INSTRUCTIONS FOR ACCESSING THE FINAL SOLICITATION DOCUMENTS WILL BE PROVIDED IN THE SYNOPSIS POSTING FOR THE FINAL SOLICITATION.� BOTH THE DRAFT AND FINAL SOLICITATION DOCUMENTS REQUIRE SEPARATE ACCESS REQUESTS. To access and use the laboratory services electronic library read the instructions contained in the �Go Here First� folder within the electronic library titled �Electronic Library Instructions�.� These�instructions are also attached to this notice.� Access to solicitation documentation shall be requested through the electronic library.� Offerors shall fill in a pre-populated system generated email as well as fill-in, sign, and attach a separate document located in the �Go Here First� folder titled �Acknowledgement of SBU Information�.� Access to the electronic library will not be granted if the Acknowledgement of SBU Information is not signed and returned with the access request email.� A username and password are required to access any other documents on the site.� Access to the website is limited to one (1) person per offeror.� � The following documents have been determined to be Sensitive But Unclassified (SBU) and shall be controlled IAW NID 1600-55, NASA Security Program Procedural Requirements: � Attachment 3 � Government Furnished Property Attachment 21 � Annual Sample Plan Please ensure the Acknowledgement of SBU Information document, attached to this synopsis and located in the Go Here First folder within the electronic library, is completed, signed, and attached to your request for account email prior to sending.� If the Acknowledgement of SBU Information document is not attached account access shall not be granted. Notification of the release of the final RFP solicitation will be provided through Contract Opportunities located at the website, http://beta.sam.gov �at a later date.� The anticipated release date of the final RFP is on or about March 11, 2020, with a proposal due date on or about April 15, 2020.� The firm date for receipt of proposals will be stated in the final RFP. � The Government anticipates that the final RFP will be issued under Acquisition of Commercial Items and Contracting by Negotiation in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and will result in one (1) award. � The Government is contemplating the award of a performance-based, hybrid type contract including a Firm Fixed Price (FFP) element for CORE services and an Indefinite Delivery, Indefinite Quantity (IDIQ) element for DEMAND services.� The total estimated period of performance (POP) for this requirement is November 02, 2020 through November 01, 2025 consisting of a base period with option periods.� � This procurement will be set-aside for certified 8(a) small businesses. � The NAICS Code and Size Standard are 541380 and $15M, respectively. � The Government will conduct a single organized site visit for this requirement.� The site visit will be split between the morning and afternoon.� A walkthrough of the laboratories at SSC will be conducted in the morning.� After lunch, a guided tour will be conducted at MAF.� Site visit attendees will be responsible for their own transportation.� The anticipated site visit date will be approximately 10 calendar days after the release of the final RFP.� Offerors, individuals, or interested parties who plan to attend the site visit must submit their request through the Large File Transfer (LFT) system.� Any site visit requests submitted through any other medium may be insecure and may not be properly protected.� Instructions for the LFT system are located in the electronic library, Attachment 5.� Any questions pertaining to the LFT system shall be sent to Sheldon.l.murphy@nasa.gov.� The request shall state the full name (as listed on the attendees Drivers License) of the attendee(s), each attendees Driver�s License number and state of issuance, identification of nationality (U.S. or specify other nation citizenship), Lawful Permanent Resident Numbers in the case of foreign nationals, affiliation and full office address/phone number.� Identification information for U.S. nationals must be provided at least 48 hours in advance of the site visit.� For foreign nationals, this information shall be provided at least 30 calendar days in advance of the site visit due to the longer badging and clearance processing time.� Any foreign nationals anticipating to attend the site visit should submit the site visit request as soon as possible.� Clearance requests for foreign nationals does not guarantee access to the Government site. The Government is not responsible for offerors� inability to obtain clearance within sufficient time to attend the site visit.� Due to space limitations, representation of any potential Offeror may not exceed three (3) company representatives/persons per Offeror. � Details will be provided in the final solicitation with instructions/directions for meeting locations at both SSC and MAF.� � Site visit attendees will not be allowed to take pictures in the laboratories or any other areas as determined by the Government during the site visit. �� � Questions or comments regarding this synopsis with draft solicitation must be submitted in writing via email, cite the solicitation number, and be directed to both of the identified Government POC�s Sheldon Murphy and Charles Heim at sheldon.l.murphy@nasa.gov and Charles.J.Heim@nasa.gov.� Oral questions will not be answered due to the possibility of misunderstanding or misinterpretation. When submitting questions please frame your questions to include a reference to the appropriate document, attachment number (i.e. Attachment 1, PWS, Para �).� Questions regarding this draft solicitation shall be received by the Government Representative no later than February 28, 2020, at 5:00 p.m. Central Standard Time. The government will use the information to finalize the final RFP as necessary. �Notification for relevant questions, together with the Government�s response, will be transmitted to the GPE (Contract Opportunities located at https://beta.sam.gov/) and made available via the Electronic Library.� The government may not respond to all questions/concerns submitted for the draft solicitation. � It is the offeror�s responsibility to monitor Contract Opportunities located at the website, https://beta.sam.gov/ for the release of the solicitation and amendments (if any).� Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/196ec707a7074911b13fd84fafba88df/view)
- Place of Performance
- Address: Stennis Space Center, MS 39529, USA
- Zip Code: 39529
- Country: USA
- Zip Code: 39529
- Record
- SN05560420-F 20200214/200212230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |