Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2024 SAM #8389
SOURCES SOUGHT

99 -- Replacement of 500' Weather Tower at NASA KSC

Notice Date
11/13/2024 9:53:45 AM
 
Notice Type
Sources Sought
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC025ZMS002L
 
Response Due
11/28/2024 1:00:00 PM
 
Archive Date
12/13/2024
 
Point of Contact
Rose A. Dougherty, Phone: 321-867-2304, Danielle Hoppas, Phone: 321-861-4748
 
E-Mail Address
rose.a.dougherty@nasa.gov, danielle.g.hoppas@nasa.gov
(rose.a.dougherty@nasa.gov, danielle.g.hoppas@nasa.gov)
 
Description
NASA John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources for the replacement of a 500-foot weather tower located at the center. The National Aeronautics and Space Administration (NASA) KSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the replacement of a 500-foot weather tower at KSC. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The requirements document is attached to this Request For Information (RFI) as 80KSC025ZMS002L Attachment 1: Requirements for Replacement of 500-foot Weather Tower at KSC. The current weather tower configuration is attached as 80KSC025ZMS002L Attachment 2: Drawing 80K7853 CUI-SP-EXPT.pdf. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 20 pages indicating the ability to perform all aspects of the effort. A comprehensive capability statement shall include documentation of each requirement referenced in 80KSC025ZMS002L Attachment 1: Requirements for Replacement of 500-foot Weather Tower at KSC, Paragraph C., Items 1 through 12 and Paragraph D., Options 1 and/or 2. Additional Requirements: Provide recommendations where performance can be traded for reduced costs. The Vendor should indicate the limitation(s) of your system. The Vendor will specify any support, material, equipment, and/or permitting needs from NASA for construction. The Vendor should indicate any parameters noted in this RFI that cannot be met with their capabilities and state their limitations for each of these requirements. The Vendor should specify any resources or support required from NASA to fulfill the stated requirements. The Vendor should indicate which components of any proposed system currently exist as COTS or slightly modified COTS. If significant Non Recurring Engineering (NRE) will be required to design or develop any new components of a proposed system, the Vendor shall identify these components as �NEW DESIGN�. The Vendor should explain any other proposed methods/capabilities they feel would meet or closely compare to the NASA parameters based on their expertise/experience. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial product is defined in FAR 2.101. All responses shall be submitted electronically via email to Danielle Hoppas no later than 4:00 PM EST, November 28, 2024. Please reference 80KSC025ZMS002L in any response. This synopsis is for information and planning purposes only 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcf068ba5d5a45eeaee924b1069b10df/view)
 
Place of Performance
Address: Orlando, FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN07264237-F 20241115/241113230113 (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.