|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688NASA, Johnson Space Center, BL2, Houston, TX 77058 99 -- INDIVIDUAL TRIP AVIATION WEATHER FORECAST SERVICE FOR JOHNSON
SPACE CENTER (JSC) AIRCREWS SOL 9-BL2-04-6-08P DUE 092396 POC Contract
Specialist: Stacy McDaniel, (713) 244-9926 Contract Officer: Alice J.
Pursell, (713) 244-9922 NASA/JSC plans to issue a Request for
Proposal(RFP) for necessary certified aviation weather forecasters,
services, and equipment to provide individual weather forecast services
for NASA Johnson Space Center (JSC) aircrews. NASA JSC, Aircraft
Operations Division operates a fleet of aircraft, including 28 T-38s,
five GII59s, one KC135, two B747s, one GI59, and one WB57F. The
contractor shall provide a 24-hour-a-day aviation weather forecasting
service. This service shall include a toll-free, direct telephone
access number for NASA JSC aircrews to obtain an unlimited number of
accurate aviation weather forecasts for domestic United States
operations. The requirement is for a locally-based (Houston, Texas)
aviation weather service familiar with the weather patterns of the
Houston-Gulf Coast area. The contractor shall also provide an in-house
software access program which will enable JSC aircrews to obtain
accurate and current forecast weather information for flight planning.
The information displayed is required to be printable to enable
aircrews to carry a hard copy. This program is required to provide all
the flight planning weather information that is normally obtained via
a verbal briefing from a certified aviation weather forecaster. In
addition to these services, the contractor shall provide other services
on an as-ordered basis. The cost for these services will be paid for on
an as-used basis. These services include fuel contracting arrangements,
domestic and international high frequency (HF) phone patch service,
computerized flight plans, airport handling and diplomatic permit
services for international flights, and international and domestic
Telex services. This procurement is being conducted under the NASA/JSC
MidRange Pilot Test Program approved by the Office of Federal
Procurement Policy on April 16, 1993. This notice is a synopsis for
commercial items prepared in accordance with the format in FAR Subpart
12.6. This procurement shall result in an indefinite quantity
contract. The proposed contract will contain a one-year base period
beginning November 1, 1996, and two one-year options as detailed in the
RFP. The provisions and clauses in the RFP are those in effect through
FAC 90-40. The offeror shall state in their offer their size status
for this procurement. The SIC code and the size standard for this
procurement are 8999 and $5,000,000.00, respectively. Technical
acceptability will be determined by information submitted by the
offeror providing a description in sufficient detail to show that the
services offered meets the Governments requirement. All responsible
business sources may submit an offer which shall be considered by the
agency. Offers (including FAR 52.212-3, Offerors Representations and
Certifications - Commercial Items) are due on October 10, 1996. Offers
shall be submitted to the contract specialist at the address specified
above, or offers may be faxed to the contract specialist at (713)
483-3601, followed up with the original by mail. Questions regarding
this acquisition must be submitted to the contract specialist. An
ombudsman has been appointed to hear concerns from quoters, potential
quoters, and contractors during the preaward and postaward phases of
this acquisition. The purpose of the ombudsman is not to diminish the
authority of the contracting officer or the selection official, but to
communicate concerns, issues, disagreements, and recommendations of
interested parties to the appropriate Government personnel and to work
to resolve them. When requested, the ombudsman will maintain strict
confidentiality as to the source of the concern. The ombudsman does not
participate in the evaluation of quotes, the source selection process,
or the adjudication of formal contract disputes. Interested parties
are invited to call the installation ombudsman, Susan H. Garman at
713-483-0490. Concerns, issues, disagreements, and recommendations
which cannot be resolved at the installation may be referred to the
NASA ombudsman, Thomas S. Luedtke at 202-358-2090. The solicitation and
any documents related to this procurement will be available over the
Internet. These documents will be in RTF format and will reside on a
World-Wide Web (WWW) server, which may be accessed using client
browsers, such as, MOSAIC or NETSCAPE. The WWW address, or URL, of the
JSC Procurement home page is: ''http://www.jsc.nasa.gov/bd2/'' It is
the offeror's responsibility to monitor this site for solicitation
release. Potential offerors will be responsible for downloading their
own copy of the solicitation. The RFP will be released on or about
September 23, 1996. If there are any questions, the contract specialist
may be contacted via E-mail at smcdanie@ca1.jsc.nasa.gov or by phone at
(713) 244-9926 or the contracting officer may be contacted via E-mail
at apursell@ba1.jsc.nasa.gov or by phone at (713) (0268) Loren Data Corp. http://www.ld.com (SYN# 0233 19960925\99-0002.SOL)
99 - Miscellaneous Index Page
|
|