Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3, 2001 PSA #2989
SOLICITATIONS

R -- UNIVERSITY-AFFILIATED SPACEPORT TECHNOLOGY DEVELOPMENT CONTRACT

Notice Date
November 29, 2001
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
ZIP Code
32899
Solicitation Number
RFP10-01-0027
Response Due
December 28, 2001
Point of Contact
John M. Vondenhuevel, Contracting Officer, Phone (321) 476-4756, Fax (321) 476-4746, Email John.Vondenhuevel-1@ksc.nasa.gov
E-Mail Address
John M. Vondenhuevel (John.Vondenhuevel-1@ksc.nasa.gov)
Description
NASA/Kennedy Space Center (KSC) is soliciting potential sources (including small, small disadvantaged, 8(a), HUBZone, veteran-owned, and woman-owned concerns) to provide non-personal research and engineering services via a University-affiliated Spaceport Technology Development Contract (USTDC). The research and engineering services provided by the USTDC will focus on the development of advanced spaceport technologies and systems that will enable safe, reliable, and low cost access to space. The USTDC envisioned will consist of a strong aerospace engineering company teamed with a leading university or consortium of universities. This team will provide technical leadership and collaborate with NASA/KSC in the research and development of the following Spaceport Technology thrust areas: 1. Fluid Systems Technologies: These include technology focus areas for cryogenics and other fluids, such as production, storage, distribution, recovery, and disposal; vehicle interface (umbilicals, etc.); fluid safety (gas/vapor detection, quantification, and location); and thermal and fluid management. 2. Spaceport Structures & Materials: These include technology focus areas such as launch structures and mechanisms; materials science; corrosion prevention and protection science; electrostatic dissipation; and nondestructive evaluation methods for ground processing applications. 3. Process & Human Factors Engineering: These include technology focus areas such as human factors engineering; simulation and modeling of space vehicles and elements; process and operations analysis tools; life cycle systems engineering tools; work methods measurement tools; and scheduling and capacity analysis systems. 4. Command, Control & Monitoring Technologies: These include technology focus areas such as sensors and instrumentation (e.g. smart sensors, wireless and fiber optic sensors, data acquisition, and multi-element and multi-discipline sensors); autonomous and intelligent control systems; spaceport and space system health management; and advanced, user-friendly checkout and monitoring systems that integrate diverse data sets. 5. Range Technologies: These include technology focus areas such as weather instrumentation systems; space and ground based range technology (e.g. tracking and telemetry); decision models and simulation (e.g. toxic propellant plume dispersion modules); and range information systems management. The work to be accomplished under the USTDC will include management of complex applied research, development, and technology projects, delivering products and services to customers in the areas of spaceport and range systems and equipment, and operating and maintaining a variety of assigned on-site facilities, laboratories, and testbeds. The USTDC will be responsible for researching, breadboarding, prototyping, designing, fabricating, assembling, testing, evaluating, and delivering unique technologies and systems for spaceport customers. The contractor shall provide technical support services (e.g. documentation, proposal preparation, specifications and standards, multimedia, and configuration management). The contractor will also be expected to facilitate the transition of developed technologies to commercial markets. It is envisioned that the university partner(s) would lead and/or collaborate with NASA researchers in applied research of advanced spaceport technologies, while the aerospace engineering partner would develop and apply the technologies for spaceport customers. The USTDC team will be expected to contribute to the strategic planning for research and development of future spaceport technologies. The USTDC team will be required to provide quick response to troubleshooting requests of spaceport customers where USTDC's unique capabilities are advantageous in resolution of the problem. The USTDC team will be expected to seek research and development work funded by NASA, other government agencies, and private industry through an aggressive technology outreach program promoting KSC's unique expertise, laboratory, and testbed capabilities. The USTDC will take over the current outreach program, obligations and customers for the Cryogenics Testbed. Companies having the specialized capabilities and existing or potential university affiliation(s) to meet the requirements described above are encouraged to submit a capability statement indicating their ability to perform the effort. Responses must include the following: name and address of firm, size of business; average annual revenue for the past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, Veteran-owned, and/or woman-owned; number of years in business; listing of relevant work performed during the last three years, provide contract numbers, contract type, dollar value of each, and point of contact -- address and phone number. Please advise if the requirement is considered to be a commercial or commercial-type product or service. A commercial item is defined in Internet "Note A". No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Governmentwide point of entry (GPE) and on the NASA Acquisition Internet Service. It is the potential offerors' responsibility to monitor these sites for the release of any solicitation or synopsis. The GPE can be accessed via the Internet at http://www.fedbizopps.gov/ NASA / KSC plans to host an Industry Day conference and provide an opportunity for one-on-one discussions [See FAR 15.201(c)] with prospective prime contractors and/or potential university partners on January 29-31, 2002. Those interested in registering for the Industry Day and/or scheduling a one-hour one-on-one discussion should contact Ms. Taya Facemyer at (321) 476-4747 or at Taya.Facemyer-1@ksc.nasa.gov no later than January 20, 2002. Please note that both interested prime contractors and subcontractors are invited to attend the Industry Day conference. However, one-on-one discussions will be held with prospective prime contractors and/or university partners only. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto and information gained during one-on-one discussions. A significant portion of this requirement is currently being accomplished under the Engineering Development Contract (EDC), NAS10-98001. The EDC was awarded as a competitive 8(a) set-aside for small business firms in SIC 8731 with a size standard of 1,000 employees. We anticipate the period of performance, including all options, will be at a minimum for five years, beginning between October 1, 2002 and April 1, 2003. This requirement is subject to the Service Contract Act of 1965, with the primary places of performance at Kennedy Space Center, FL, and Cape Canaveral Air Force Station, FL. Information on the Engineering Development Contract (EDC), NAS10-98001, is available through the NASA Financial and Contractual Status (FACS) On-Line Query System at: http://procurement.nasa.gov/cgi-bin/FACS/contract.cgi Copies of the current contract may also be obtained via a Freedom of Information Act (FOIA) Request by contacting Penny Myers at (321) 867-9280 or on line at http://www.ksc.nasa.gov/procurement/nas1098001/list.htm 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. All information should be submitted by December 28, 2001 via e-mail or mail to the attention of John M. Vondenhuevel, Contracting Officer, Mail Code: SEB-USTDC. In responding please refer to RFP10-01-0027. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=76#99466)
Record
Loren Data Corp. 20011203/RSOL012.HTM (D-333 SN514011)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on November 29, 2001 by Loren Data Corp. -- info@ld.com