SOURCES SOUGHT
58 -- Ground Recording System (GRS)
- Notice Date
- 4/24/2020 4:11:03 PM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
- ZIP Code
- 93523
- Solicitation Number
- 80AFRC20SS0003-1
- Response Due
- 5/7/2020 4:30:00 PM
- Archive Date
- 05/22/2020
- Point of Contact
- Robbin Kessler, Phone: 6612763761
- E-Mail Address
-
robbin.m.kessler@nasa.gov
(robbin.m.kessler@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) 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), 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 Commercial Supersonic Technology (CST) � Acoustic Validation, Test Preparation, and Execution (AVTPE) � Ground Recording System (GRS) Project. The North American Industry Classification System (NAICS) code for this procurement is NAICS Code is 334515 - Instrument Manufacturing for Measuring and Testing Electricity & Electrical Signal, with a small business size standard of 750 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the Beta Sam website (www.beta.sam.gov). It is the potential offeror�s responsibility to monitor these sites for the release of any solicitation or synopsis. NASA intends to issue a combined synopsis/solicitation for a specialized audio recording system capable of capturing high resolution acoustic data from sonic booms or waveforms with characteristics similar to sonic booms except with significantly lower amplitudes. The draft Statement of Work (SOW) and requirements documents are attached to this notice. Interested offerors having the required capabilities and interest in performing this requirement, or any subset of this requirement, should submit a capability statement that describes in detail their abilities.� It is not sufficient to provide only general brochures or generic information. Failure to include all requested items may result in an interested party to be deemed �not fully qualitied� to perform the requirement. At a minimum, the capability statement must: 1.Describe your approach to meeting the requirements documented in the GRS Systems Requirement Document (SRD). 2. Describe your knowledge and/or experience with high fidelity recording of acoustic overpressures. 3. Provide an example of, or company experience related to, implementation of remote communication as described in the SOW. 4. Describe your capability to meet the unit quantity requirement for each item identified in the SOW, within the defined schedule. 5. Provide an example of, or company experience related to, software customization to meet unique requirements. 6. Describe how your infrastructure will support the development and production of the required number of GRS units. 7. Define your plan to provide warranty for items contained in the Ground Recording System. 8. Describe your ability to provide technical support and training, both remotely and in the field. The capability statement (including any attachments) must not exceed 10 pages in length, exclusive of the one page summary described below, and the font size shall be no smaller than 12 point. Foldouts count as an equivalent number of 8 1/2"" x 11"" pages. Please submit the capability statement electronically, via e-mail, to the primary Point of Contact (POC) listed below.� To facilitate a prompt review, a one-page summary shall be included with your capability statement. This summary should include the following information: Your company�s name, address, and telephone number; Average annual revenues for the past 3 years and total number of employees; Number of years in business; Company�s Government size standard/type classification (large, small, small disadvantaged, 8(a), woman-owned, veteran owned, service disabled veteran-owned, HUBZone business); To the extent applicable or known, any affiliate information, including: parent company, joint venture partners, and potential teaming partners (identifying anticipated prime and subcontractor roles); Applicable NAICS Code(s); DUNS Number and CAGE Code: and Your company point of contact, including name, email address, mailing address, and phone number. � This sources sought notice is for information and planning purposes only. It 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.� All responses shall be submitted electronically (via email) to the primary Point of Contact no later than May 7, 2020, at 4:30 p.m. PDT.� Please reference 80AFRC20SS0003-1 in your submittal. � Questions may be submitted via email to the primacy POC listed below.� Telephonic questions will not be considered. � POC Robbin Kessler Contracting Officer NASA Armstrong Flight Research Center PO Box 273 MS 4811 / 140 Edwards, CA 93523-0273 (661) 276-3761 robbin.m.kessler@nasa.gov �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/436064164c5d486d9f2d29d93f20f8e8/view)
- Place of Performance
- Address: Edwards, CA 93523, USA
- Zip Code: 93523
- Country: USA
- Zip Code: 93523
- Record
- SN05635900-F 20200426/200424230153 (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 |