|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 R -- OPERATION AND ROUTINE MAINTENANCE SUPPORT OF THE ANCILLARY
SYSTEMS OF THE NATIONAL TRANSONIC FACILITY DUE 100297 POC Linda P.
Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757)
864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the
latest information about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#SS273. E-MAIL: Linda P.
Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA Langley Research Center
is hereby soliciting information for potential sources for Operation
and routine maintenance support of the ancillary systems of the
National Transonic Facility . No solicitation exists; therefore, do not
request a copy of the solicitation. In order that potential sources may
learn of interest in a specific requirement, an advanced notice is
published here. The NASA National Transonic Facility (NTF) is a
continuous flow wind tunnel used by the Government and industry to
perform aerodynamic research and development studies. The tunnel
operates over a pressure range from 1 to 9 atms, a temperature range
from -- -250F to +150F and a Mach number range of 0.2 to 1.2. The
facility is capable of operating in a cryogenic (gaseous nitrogen test
medium) or in a warm (air test medium) mode. A detailed description of
the NTF can be viewed and downloaded at
http://ad-www.larc.nasa.gov/facility/ntf/ntf.html. Operation is on a
two-shift basis. The contractor shall be responsible for: plant systems
support, including operation of the liquid nitrogen and ancillary
facility support systems; maintenance and calibration of oxygen
monitoring equipment; development and maintenance of facility computer
software, including research data systems and tunnel process and
control systems; maintenance and operation of facility research and
process instrumentation systems; structural analysis of test hardware,
fixtures, and models; and design and document management, including
drafting and records filing/tracking. A cost-plus-fixed-fee contract is
contemplated with a total potential period of performance of 26 months.
The period of performance will include a 14-month base period with
options for up to 12 additional months. It is the Government s intent
that the contract will cease at the end of the 14-month base period and
the services covered therein will after that time be divided among the
appropriate Centerwide support contracts for the appropriate services.
The options for up to 12 additional months of performance are included
to cover any unanticipated delays in the transition of this work. The
projected contract start date is April 22, 1998. Firms having the
specialized capabilities necessary to meet or exceed the stated
requirements are invited to submit appropriate documentation,
literature, brochures, and references. Responses shall be limited to a
maximum of 5 pages, and should be submitted to NASA, Langley Research
Center, Industry Assistance Office, Attn: Linda P. Fitzgerald, Mail
Stop 144, Hampton, VA 23681-0001, or by e-mail to
l.p.fitzgerald@larc.nasa.gov. Responses must include the following: (1)
name and address of firm, (b) size of business: average annual revenue
for past 3 years and number of employees, (c) ownership: Large, Small,
Small Disadvantaged, 8(a), and/or Woman-Owned, (d) number of years in
business, (e) two points of contact: name, title, phone, fax, and
e-mail, (f) DUNS Number (if available), (g) affiliate information:
parent company, joint venture partners, potential teaming partners,
prime contractor (if potential sub) or subcontractors (if potential
prime), (h) a list of customers covering the past 5 years: highlight
relevant work including a summary of work performed, contract number,
contract type, dollar value for each customer reference and customer
point of contact with phone number. Technical questions should be
directed to David Beals at (757) 864-7179. This synopsis is for
information and planning purposes and is not to be construed as a
commitment by the Government nor will the Government pay for any
information solicited. Respondents will not be notified of the results
of the evaluation. Respondents deemed fully qualified will be
considered in any resulting solicitation for the requirement. It is
anticipated that a draft solicitation will be issued to industry for
comments. The Government reserves the right to consider a small
business set-aside or 8(a) set-aside based on responses hereto. The SIC
code for this procurement is 8744 and the small business size standard
is $5.0 million in average annual receipts for the previous 3 years.
Closing date for responses is 14 days from the date of publication of
this announcement. In responding reference SS273. Any referenced
numbered notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0261) Loren Data Corp. http://www.ld.com (SYN# 0063 19970922\R-0018.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|