Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2002 FBO #0102
SOURCES SOUGHT

A -- RESEARCH AND DEVELOPMENT SERVICES

Notice Date
3/13/2002
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFP2-38178
 
Response Due
3/31/2002
 
Point of Contact
Mark E. Lefler, Contracting Officer, Phone (650) 604-3038, Fax (650) 604-4984, Email mlefler@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Mark E. Lefler
(mlefler@mail.arc.nasa.gov)
 
Description
NASA-Ames Research Center (ARC) is hereby seeking capabilities from large, small (SB), small disadvantaged (SDB), HUBZone and Women-owned small businesses (WOB) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the anticipated competition of the R & D Engineering Services contract. The potential contract will combine support activities for the R&D Services Directorate at Ames Research Center, Moffett Field, California. The scope of work includes the following: Research and Development Engineering Services, and Hardware Development Services. Currently, these requirements are satisfied through multiple contracts. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized over the NASA Acquisition Internet Service (NAIS). It is the potential offerors? responsibility to monitor this URL site for the release of any forthcoming solicitation or synopsis. While the Government acknowledges that many companies have the capability to perform any one or even several of these functions, the Government expects to contract with a firm that has the overall capability to manage this total effort. The Government is requesting from interested large, SBs, SDBs, WOBs, and HUBZone businesses a capability statement of three pages or less indicating the ability to perform all or parts of the effort described herein. ARC is an ISO 9001 facility and has been recommended to receive OSHA VPP Star Certification later this year; and consequently, interested parties will need to address experience working within these environments. Since the current contract requirements are performed on-site at ARC, it is believed that the solicitation will not require a provision for facilities. It is anticipated that the solicitation will be for a contract with a term in excess of five years. It is not know at this time what the term of the contract will be. Responses must include the following: name and address of firm, size of business; average revenue for past 3 years and number of employees; ownership; whether the firm is large, SB, SDB, 8(a), HUBZone, and/or WOB; number of years in business, affiliate information; parent company, joint venture partners. Potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact ? address and telephone number); positive or negative comments with respect to a contract having a term longer that five years (e.g. impacts on staffing, impacts on cost, performance, employee morale, etc.). In addition to this announcement, a draft acquisition plan (DAP) will be posted to this synopsis. This plan provides additional information on the pending procurement and also requests industry input on a variety of questions mentioned throughout the document. This synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified about the outcome of the Government?s review of solicited information. Failure to respond to this synopsis does not mean that a firm cannot respond to a solicitation at a later date. 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 NASA Ames Research Center, Attn: Mark Lefler, Contracting Officer, Moffett Field, California 94035-1000 no later than March 31, 2002. Responses may be faxed to (650) 604-4984 Attn: Mark Lefler or emailed to mlefler@mail.arc.nasa.gov
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#100607)
 
Record
SN00041167-W 20020314/020313095237 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.