Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2003 FBO #0490
SOURCES SOUGHT

99 -- OXYGEN DEFICIENCY MONITORING SYSTEM (ODMS)

Notice Date
4/2/2003
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058
 
Solicitation Number
RFI-USAFL-FF-4-1-03
 
Archive Date
4/2/2004
 
Point of Contact
Francis V. carlos, Project Lead, Phone (281) 282-3163, Fax (281) 282-4096, Email francis.v.carlos@usahq.unitedspacealliance.com
 
E-Mail Address
Email your questions to Francis V. carlos
(francis.v.carlos@usahq.unitedspacealliance.com)
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida, is soliciting sources capable of providing the requirements described herein. This acquisition is in support of USA?s prime contract NAS9-20000 - Space Flight Operations Contract (SFOC) with the National Aeronautics and Space Administration (NASA). Technical Requirements Description: Perform engineering and professional services for the designing, recommending and performing an overall system reliability analysis that demonstrates system reliability levels for the Oxygen Deficiency Monitoring System (ODMS). The existing ODMS is comprised of seventy-four (74) separate locations (all within Kennedy Space Center (KSC)) ranging from launch pads to Mobile Launch Platforms (MLP) to rooms within buildings. Each system monitors from 1 to 4 separate areas or zones within each location, and each system is comprised of 3 major sub-systems. Each system is comprised of 3 major sub-systems: the actual oxygen monitoring device, the system supervisor and the battery backup for the amber trouble beacons. All 3 sub-systems are interconnected to provide a stand-alone area monitoring for a deficient atmosphere. The overall project is comprised of 2 phases. Phase 1 consists of 2 parts. In Phase 1, Part 1, the subcontractor will perform engineering and professional services to upgrade, modify and/or replace the ODMS at KSC to increase system reliability and reduce calibration frequency. The scope of work includes: design ODMS, evaluate alternative solutions and perform system reliability analysis. In Phase 1, Part 2 (optional), the subcontractor will provide assistance to the USA project team in the technical evaluation of proposals submitted by potential vendors for implementation of the replacement ODMS. Phase 2 is the implementation of Phase 1 requirements (TBD - this phase is currently being defined). Reliability, safety and minimal flow interruptions must be implemented into the final project results. The engineering services products must be completely met to provide for a fully implemented and integrated system for turn-key operations. Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. USA reserves the right to issue a single/sole source subcontract. The period of performance and technical requirements are currently being defined for inclusion into a formal RFP package. This procurement is a renewal requirement currently being performed by an existing subcontractor. The new requirement will have an effective start date of May 1, 2003. USA anticipates the issuance of a formal Request for Proposal (RFP) within 30 days of release of this RFI. This RFI is for information and planning purposes, and the objective is: (1) to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications, and (2) to promote a best value competition. This preliminary information does not constitute an RFP, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than five (5) pages (8.5? x 11?) in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company?s past experience and performance in developing/performing the requirements described herein, and (3) A brief description of your company?s facilities, assets and any other available resources. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company?s performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer?s name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering, but not limited to, the following criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with this requirement; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. USA reserves the right to request supplemental information in order to clarify your company?s capabilities and qualifications. Only offerors deemed to be best qualified, or have a reasonable chance for award, will receive the RFP. Due to the nature of the technical requirements, firms interested in participating in this procurement are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than April 11, 2003 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Fred Felton, Mail Code USK-360. Questions regarding this procurement may be referred to Mr. Felton as follows (Telephone: (321) 861-5223, Facsimile: (321) 861-6221, E:mail: FeltonFN@usano.ksc.nasa.gov).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#105045)
 
Record
SN00294170-W 20030404/030402231616 (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.