Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935

NASA/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