SOURCES SOUGHT
A -- RELIANCE CONSOLIDATED MODELS DESIGN AND FABRICATION
- Notice Date
- 10/25/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-LCD-RECOM
- Response Due
- 11/15/2006
- Archive Date
- 10/25/2007
- Small Business Set-Aside
- N/A
- Description
- NASA/LaRC is hereby soliciting information about potential sources for Reliance Consolidated Models (RECOM) support. This support is a consolidation of design and fabrication efforts for Aerospace Model Systems and Development Test Hardware used for spaceflight, space exploration, flight and ground-based tests supporting Ames Research Center, Glenn Research Center, Langley Research Center, and Marshall Space Flight Center. These research models and hardware may consist of both mechanical and electrical/electronic hardware elements. The mechanical hardware elements include, but are not limited to, wind tunnel models, drop models, model components, model support systems, test equipment, turbo-machinery models, aircraft flight test hardware, space flight hardware, structural test articles and instrumentation/devices to measure force, moments, acceleration, attitude, pressure strain, and temperature. The Contractor shall complete basic stress analysis as well as complex analytical tasks to support the design, such as finite element modeling, fracture mechanics analyses, and fatigue analysis. The Contractor shall perform hand finishing, polishing, and lapping on precision hardware, such as highly cambered and twisted wings, sculptured surfaces, and contours from CAD generated models while maintaining dimensional tolerances as accurate as +/- .002 inches and surface finishes as low as 2 rms (micro inches). The Contractor shall install static and dynamic pressure instrumentation in hardware. Other dimensional requirements may require accuracy to within .0002 inches. The electrical/ electronic hardware elements include but are not limited to motors, actuators, sensors, control panels, printed circuit boards, data acquisition and control systems, circuit protection, connectors, fiber-optic cables, and wiring as required to support the test hardware. The Contractor shall be capable of rolling and forming large steel and aluminum plates (up to one inch thick), sheets, and structural forms, as well as have a broad range of experience with a variety of joining and welding techniques. Interested offerors/vendors having the required specialized capabilities in part or all of the above requirements should submit a capability statement of 10 pages or less, indicating their ability and past experience in performing similar efforts as described above. Work cited as past experience shall contain a brief technical description, dates, and a reference with a current phone number. In addition, responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, veteran-owned, service-disable veteran-owned and/or woman-owned; 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 phone number). One of the primary goals of this synopsis is to assist LaRC in determining whether a Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. Since no decision on a set-aside has yet been made, all qualified firms are encouraged to respond. The North American Industry Classification System (NAICS) Code for this procurement is 541710 and the size standard under this code is 1500 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. 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 information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Technical questions should be directed to: William Hollingsworth at (757) 864-7137 (w.h.hollingsworth@larc.nasa.gov). Procurement related questions should be directed to: LaShonda Jacobs-Terry at (757) 864-2359 (l.p.jacobs-terry@larc.nasa.gov). 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 LaShonda Jacobs-Terry no later than November 15, 2006. Please reference SS-LCD-RECOM in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#122638)
- Record
- SN01170898-W 20061027/061026000440 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |