|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BH 99 -- INTRAVEHICULAR EQUIPMENT, SYSTEMS, AND TOOLS (IVEST) SOL
9-BH2-49-9-06P DUE 101199 POC Jennifer K. Ariens, Contract Specialist,
Phone (281) 483-2643, Fax (281) 483-2013, Email
jennifer.k.ariens1@jsc.nasa.gov -- Keith D. Hutto, Contracting Officer,
Phone (281) 483-4165, Fax (281) 244-5337, Email
keith.d.hutto1@jsc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/JSC/date.html#9-BH2-49-9-06P. E-MAIL: Jennifer
K. Ariens, jennifer.k.ariens1@jsc.nasa.gov. NASA/JSC is hereby
soliciting information for potential sources for the design, analysis,
development, test, evaluation, fabrication, manufacturing,
certification, delivery, maintenance, storage and repair of
intravehicular equipment, systems and tools. This includes ground
development and test units, associated ground support equipment (GSE)
and flight units to be supplied to NASA flight programs as Government
Furnished Equipment (GFE). No solicitation exists at this time, so do
not request a copy of the solicitation. If a solicitation is released
it will be synopsized in the CBD and on the NASA Acquisition Internet
Service. It is the potential offerors responsibility to monitor these
cites for the release of any solicitation or synopsis. It is
anticipated that one or more draft RFPs shall be release for comment.
The Government anticipates awarding multiple contracts to allow the
Government to control cost through competition. The contracts will be
indefinite delivery/indefinite quantity, and work will be authorized
via delivery orders, which may be fixed price or cost type. Delivery
orders will be competed among the group of selected vendors. The
contract will cover a five-year period of performance. There are six
product areas that will be solicited through one or more procurements:
1. Biomedical Equipment -- Biomedical Equipment consists of medical,
mechanical, electrical and electronic hardware elements and software
used for crew counter measure activities and environmental health
systems in space. Examples of such devices include Rower with Vibration
Isolation System, Hand Dynamometer, Metabolic Gas Monitor, Ion
Selective Electrode, Fungus Spore Sampler, Microbiology Safety Cabinet,
Microscope and Camera, Slide Staining Apparatus, and Incubator 2. Crew
Avionics Equipment -- Crew avionics equipment consists of electrical
and electronic hardware elements and associated software used for crew
accommodations and support, and for conducting non-critical mission
operations. Examples of such devices include audio microphones,
headsets, and recorders; video tape recorders and camcorders; video
displays, video processors, compressors, and distribution amplifiers,
wireless personal communications handsets; and personal laptop
computers, components, and accessories (including power supplies,
battery chargers, battery adapters, interface cables, etc.) 3.
Environmental Control and Life Support (ECLS) Equipment -- ECLS
equipment consists of mechanical, fluid, electrical and electronic
hardware elements and software used for environmental control and life
support. Examples of such devices include heat exchangers, pumps,
fans, compressors, carbon dioxide removal systems, oxygen generation
systems, trace contaminant control systems, and water processing
systems. 4. Habitability Outfitting Equipment -- Habitability
outfitting equipment consists of mechanical, fluid, electrical and
electronic hardware elements and software used to support crew
habitability. Examples of such devices include trash compactors, crew
quarter accessories, trash stowage containers, task lights, food
warmers, refrigerators, freezers and drinking water coolers. 5.
Intravehicular Activity (IVA) Crew Equipment -- IVA tools required by
crew members for the performance of maintenance tasks which may be
either mechanical or electro-mechanical in nature. Electrically
operated tools may interface directly with vehicle power or they may
require battery operated designs. The determination will be made on a
case by case basis. Various IVA equipment will be required in support
of crew activities such as housekeeping, maintenance, crew restraint,
stowage, crew comfort, crew privacy, ventilation, lighting,
communication, acoustic isolation, and crewmember recreation. These
items may be subassemblies of higher order products. 6. Robotic
Equipment -- The robotics and associated systems and equipment may
consist of such tasks as the conceptual studies, design, development,
test, evaluation, and production of IVA robotic tools, hardware,
equipment andassociated systems or equipment. Other tasks may also
include studies, upgrades and/or modifications. In addition, build to
print of existing IVA robotic tools, hardware, and equipment may be
required. The types of robotics and associated systems and equipment
that may be produced under this contract are small robotic components;
robotic systems; robotic tools; electronic system elements; control
stations, hand-controllers, IVA cameras and brackets, and combined
hardware or software automated systems for flight use or operational
assessment. The products and services provided in the Statement of Work
(SOW) shall support the Space Shuttle Program, the International Space
Station (ISS) Program, and advanced human space flight programs such
as Lunar Return and Mars Programs. The contractor shall work from
individual Delivery Orders (DO) which include detailed task
descriptions for all work and deliverables required to satisfactorily
completing each order. This statement of work covers many different
types of product deliverables, each requiring different levels of
verification and certification: 7 Flight hardware and software 7
Development hardware and software 7 Ground support equipment for flight
items 7 Ground support equipment for development items 7 Design and
analysis data 7 Test, verification, and certification data 7 Safety
data packages The contractor shall, in response to the DO, furnish
personnel, equipment, materials, resources, and facilities necessary to
perform all work. There are several general task types that shall be
performed as a part of this SOW, with detailed task descriptions
specified in the DO: 7 Perform the design, development, test,
evaluation, verification and certification of flight equipment and
associated ground support equipment. 7 Perform the design, development,
test, evaluation, and verification of engineering development and test
equipment and associated ground support equipment. 7 Perform the
upgrade or modification, test, evaluation, verification and
certification of existing or off-the-shelf equipment for flight
applications. 7 Perform the upgrade or modification, test, evaluation,
and verification of existing or off-the-shelf equipment for
engineering development and test applications. 7 Perform
"Build-to-Print", verification and certification of equipment existing
in the Engineering Directorate's inventory for flight applications. 7
Perform "Build-to-Print and verification of equipment existing in the
Engineering Directorate's inventory for engineering development and
test applications. 7 Develop design concepts and approaches, and
perform preliminary analysis of equipment and tools for flight
applications. 7 Support fabrication activities performed at Government
facilities. 7 Support testing activities performed at Government
facilities. 7 Support integration activities performed at Government
facilities. 7 Perform failure analysis and repair of defective
equipment returned to the contractor. It is anticipated that the
emphasis of the work performed will be in the areas of flight equipment
production and certification and modification and qualification of
off-the-shelf equipment as flight equipment. Instructions Vendors that
have the capability to perform tasks in one or more of the six product
areas are invited to submit appropriate documentation, literature,
brochures and references to highlight past experience, historical
performance and vendor capabilities. Submittals must include the
following: name and address of firm; a point of contact including
address and phone number; a specific statement regarding which product
areas would potentially be proposed against (one, some or all product
areas are acceptable); size of business; whether the vendor is a
large, small, small disadvantaged 8(a), or woman owned; potential role
in performing the SOW: prime contractor, subcontractor, potential
teaming partner, etc.;relevant work performed and commercial
applications. This synopsis is for information and planning purposes
and is not to be construed as a commitment by the Government norwill
the Government pay for information solicited. Respondents will not be
notified of the results of the evaluation. The Government reserves the
right to consider a small business or 8(a) set-aside based on
responses hereto. All responses shall be submitted to Ms. Jennifer
Ariens no later than COB October 11, 1999. In responding, reference
9-BH2-49-9-06P. Any referenced notes can be viewed at the following
URL: http://genesis.gsfc.nasa.gov/nasanote.html If there are any
questions, the contract specialist may be contacted via E-mail at
jennifer.k.ariens1@jsc.nasa.gov or the contracting officer at
keith.d.hutto1@jsc.nasa.gov. Points of Contact: Name: Jennifer Ariens
Title: Contract Specialist Phone: (281) 483-2643 Fax: (281) 483-2013
E-mail: jennifer.k.ariens1@jsc.nasa.gov Name: Keith Hutto Title:
Contracting Officer Phone: (281) 483-4165 E-mail:
keith.d.hutto1@jsc.nasa.gov Posted 09/23/99 (D-SN383961). (0266) Loren Data Corp. http://www.ld.com (SYN# 0343 19990927\99-0006.SOL)
99 - Miscellaneous Index Page
|
|