SOURCES SOUGHT
A -- TEST OPERATIONS CONTRACT SOURCES SOUGHT SYNOPSIS
- Notice Date
- 7/13/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS09ZDA008R
- Response Due
- 7/31/2009
- Archive Date
- 7/13/2010
- Point of Contact
- James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email James.D.Huk@nasa.gov - James D. Huk, Contracting Officer, Phone 228-688-1045, Fax 228-688-1141, Email James.D.Huk@nasa.gov<br />
- E-Mail Address
-
James D. Huk
(James.D.Huk@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/Stennis Space Center is hereby seeking information about potential sources toperform non-personal technical and management services in support of test operations,core operations, and maintenance activities at Stennis Space Center (SSC), Mississippiand at Marshall Space Flight Center (MSFC), Alabama. NASA, as an Agency, is at thethreshold of developing new space flight systems to support the countrys explorationvision. As part of this, both SSC and MSFC are responsible for developmental and/oracceptance propulsion testing at the component, subsystem, and/or system level. NASA/SSC is inquiring into the resources and capabilities available to conduct tests andtest support related activities in support of NASA and NASA customer test projects. The following areas are of interest: Management and Administration, Systems Engineeringand Integration, Maintenance and Operations, Test and Verification, Technical SystemsDesign and Analysis and Test Technologies Development.These tasks will require workingacross the Project Offices, other NASA Centers and other contractor organizations. Functional areas include: perform and/or support test operations, core operations (i.e.high pressure gas operations, industrial water systems operations, cryogenic fluidoperations) and system maintenance (mechanical and electrical). More detailed elements of the Performance Work Statement are to be determined (TBD) butwill essentially include the following three main sections: (1)Management and Administration - Administer an integrated contract team across thetwo (2) NASA Centers that is trained and certified in all of the necessary skill typesfor safe and environmentally compliant test, test support and maintenance activities.These activities are to be consistently executed on time and within budget.(2)Test & Engineering Core Capability - Engineer, operate, maintain and manage testcore capabilities. Provide management of data, including delivery, storage, archiving,and security of test data. Maintain and manage existing secure configuration control. Provide and maintain analytical tools and methodologies. (3)Test Project Implementation and Test Performance Capability - Perform projectmanagement support, test scheduling, design and development of test systems, drafting,special studies, construction management, propellants management, fabrication andactivation of test systems, conducting tests, and conducting test projectcloseout/reviews.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released, it will be synopsized in the Federal Business Opportunities(FedBizOpps) and on the NASA Acquisition Internet Service (NAIS).NOTE ** It is the responsibility of potential offerors to monitor these sites for therelease of additional information pertaining to this synopsis. The anticipated release date of a draft RFP for industry comment will be on or about11/12/2009 with release of the final RFP on or about 1/11/2010 with an anticipatedproposal due date on or about 2/24/2010. Past Performance data will be requested to besubmitted three (3) weeks prior to the anticipated proposal due date. All datesindentified herein are preliminary and for planning purposes only. Specific dates willbe included with the applicable documents when they are released. In accordance with FARPart 9.104-2, and an effort to help prospective offerors make the business decision tocompete in this acquisition; the following special standards shall apply to the upcomingsolicitation. Prospective offerors are requested to provide sufficiently detailedStatements of Capabilities and Qualifications along with representative examples thatprovide clear and convincing evidence of the contractors ability to satisfy thespecialized capabilities identified below and their ability to integrate these effortsacross multiple centers and large programs. The areas of interest and correspondingsubtopics to be addressed and demonstrated are: 1. Management and Administration-a.Demonstrated capability to manage technical and non-technical personnel across multiple facilities in an efficient and cost effective manner including potentialpersonnel resource leveling across work locations and/or other corporate resources. b.Demonstrated capability to effectively manage safety and quality programs toNASA, ISO/AS and OSHA requirements.c.Demonstrated general accounting processes and procedures conforming to FAR andapplicable government regulations.2. Core operations and/or test support related experiences with multiple NASA Centers, the Department of Defense or industry-a.Demonstrated capability in storable and cryogenic commodity storage anddistribution.b.Demonstrated capability to manage an integrated logistics program for propellantsand high pressure gas systems.c.Demonstrated ability to manage preventive and corrective maintenance utilizingpredictive technologies.d.Knowledge of common Reliability Centered Maintenance (RCM) practices.3. Test Project Implementation and Test Performance Capabilitya.Demonstrated integrated project planning/management utilizing best practices withrespect to control procedures, scheduling and project management information systems.b.Demonstrated proficiency to perform design and analysis of equipment and testsystems such as: data and control systems, propellant and pressurant systems meetingaccepted industry and government standards and codes.c.Demonstrated performance of test and support facility build-up, activation, andreadiness demonstration.d.Demonstrated capability in storable and cryogenic engine and component testingand solid and/or hybrid rocket motor testing.e.Demonstrated capability in operating data and control systems including datahandling, storage and security.f.Demonstrated capability in generating reports (tests and operational), includinganalysis, summaries, conclusions, recommendations and lessons learned. Potential offerors Statements of Capabilities and Qualifications should be submitted tothe contracting officer listed below. The statements must include the following: Name and complete mailing address of the firm; average annual revenue for the past three(3) years and number of employees; ownership; size of business (large, small,small-disadvantaged, 8(a), Historically Underutilized Business Zone (HubZone), ServiceDisabled Veteran-owned small business, and/or woman-owned small business); and number ofyears in business; affiliated business information: Parent company, joint venturepartnerships, teaming agreements; list of customers covering the last three (3) yearshighlighting (recent relevant work experience, contract numbers, contract type,approximate dollar value of the respective procurement and a Point of Contact with acomplete name, e-mail address, mailing address and phone number. Additionally, indicateif your interest is directed at the potential prime contract or subcontract level. Ifyour interest is directed at the subcontract level, please list the skills or technicalareas of expertise your firm could offer.All potential offerors are requested to complete and submit their Statements ofCapabilities and Qualifications along with the spreadsheet accompanying this announcementelectronically and in hardcopy by 3:00 PM (CST) on July 31, 2009 to:James.D.Huk@NASA.GOV James D. Huk II Contracting Officer NASA Office of Procurement/NASA Mail Code DA10 Stennis Space Center, MS 39529-6000 NOTE ** All potential offerors are reminded when establishing business relationships toensure complete compliance with theSmall Business Administration Ostensible Subcontracting Rule. ****DO NOT SUBMIT ANY PROPRIETARY INFORMATION. **** This procurement is anticipated to be conducted under full and open competition as setforth in FAR 6.1. The applicable North American Industry Classification System (NAICS)code is 541712 with a size standard of 1000. The period of performance shall beidentified in the appropriate documents as they are released. This requirement issubject to the Service Contract Act of 1965, with the primary place of performance atJohn C. Stennis Space Center, Mississippi and Marshall Space Flight Center, Alabama. In accordance with the Federal Acquisition Regulation (FAR) Part 15.201 (c), (4), NASA/SSC solely reserves the unilateral right to conduct one-on-one discussions withpotential offerors at a later date should that be necessary. Potential offerors mayindicate their interest in having a one-on-one discussion opportunity, in theirStatements of Capabilities and Qualifications.This synopsis is for information and planning purposes only. It shall not be construed asa commitment by the government nor will the government pay for any information obtained.Respondents will not be notified of the results of this market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS09ZDA008R/listing.html)
- Record
- SN01873205-W 20090715/090713235336-e44bf61c6e27bbd5a45fbf92b0fd9acb (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 |