Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SPECIAL NOTICE

V -- The National Aeronautics and Space Administration (NASA) / Johnson Space Center (JSC) has a requirement for relocation of the Astromaterials Research and Exploration Science (ARES) Division Laboratories into the Building 31 Annex.

Notice Date
8/16/2024 8:29:40 AM
 
Notice Type
Special Notice
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC024ARESB31
 
Response Due
9/6/2024 3:00:00 PM
 
Archive Date
09/21/2024
 
Point of Contact
MIGUEL SEGOVIA, Irelita Jones
 
E-Mail Address
miguel.segovia@nasa.gov, irelita.c.jones@nasa.gov
(miguel.segovia@nasa.gov, irelita.c.jones@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA) / Johnson Space Center (JSC) has a requirement for relocation of the Astromaterials Research and Exploration Science (ARES) Division Laboratories into the Building 31 Annex. Assets required to be moved include 11 sensitive and high dollar ($1M+) instruments, including Transmission Electron Microscopes (TEM), Nanoscale Secondary Ion Mass Spectrometer (NanoSIMS), Raman Spectrometers, Gas Chromatography � Ion Mobility Spectrometer (GC-IMS), Ion-Mobility Spectrometry-Mass Spectrometer (IMS-MS), Gas Chromatography/Isotope Ratio Mass Spectrometer (GS-IRMS) and X-Ray Diffraction Analysis (XRD).� Eight (8) clean rooms (ISO 14644-1), ranging from ISO 7 to ISO 5, and associated equipment (fume hoods, furnaces, freezers, gloveboxes, chemicals) must also be relocated. Move planning requirements include development and maintenance of a master schedule with daily updates and adjustments to accommodate changes in ARES mission priorities.� Move planning must occur in the 3 months prior to the Move Start Date of January 15, 2025.� During relocation, all items and equipment to be moved must be inventoried, labelled, scheduled, packed, rigged, transported, and unpacked at the new intended location beginning on the Move Start Date.� Chemicals to be relocated must be handled per NASA and JSC Procedural Requirements.� Environmental conditions must be provided temporarily during the move so sensitive assets do not experience a change or lack of controlled conditions at any point during the move.� Instruments must be moved under the direct supervision of equipment vendor representatives. NASA/JSC intends to issue a sole source contract to acquire these services from Accelerated Laboratory Logistics (ALL) (also known as Accelerated Moving and Storage, INC.), under the authority of FAR 6.302. ALL performs laboratory relocations exclusively on a daily basis.� ALL provides the unique service combination of Coordination and Management, Equipment Delivery, Transportation, and Labor for the entire move process.� ALL provides these services in house and does not subcontract any part of the move project.� ALL retains the accountability for the entire move process, eliminating unknown additional cost and schedule impact. ALL provides their own moving rigging service, eliminating the need to pre-coordinate with NASA/JSC rigging or a third-party vendor, eliminating schedule conflicts and delays, while also providing responsiveness to daily changes in the schedule.� JSC Riggers service the entire JSC campus, and they are unavailable for the continuous period of three months that is required to move ARES.� Using another vendor that does not have their own move team would introduce weeks of delay unpredictably throughout the project and increase cost. Accelerated Laboratory Logistics (ALL) is the only vendor that provides every necessary service and has provided a cost estimate for each of them.� Other vendors surveyed in this domain only provide move Coordination and could not provide a cost estimate for Transportation and Labor. The Government intends to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Miguel Segovia, (Contract Specialist) miguel.segovia@nasa.gov and Irelita Jones (Contracting Officer) irelita.c.jones@nasa.gov no later than 5:00 P.M. C.T. on September 6, 2024.� Such capabilities/qualifications will be evaluated solely for the purpose of determining whether to conduct this acquisition on a competitive basis.� A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5337f726e1974268a084c53160e0aa65/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN07173535-F 20240818/240816230109 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.