SOURCES SOUGHT
A -- TEST AND EVALUATION SERVICES AND FACILITY OPERATIONS AND SUPPORT SERVICES ATWSTF
- Notice Date
- 8/17/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- National Aeronautics and Space Administration, Johnson Space Center, Office of Procurement, NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, NM 88004-0020
- ZIP Code
- 88004-0020
- Solicitation Number
- NNJ09ZBH001L
- Response Due
- 9/2/2009
- Archive Date
- 8/17/2010
- Point of Contact
- Irene M. Garcia, Contracting Officer, Phone 575-524-5512, Fax 575-524-5130, Email irene.m.garcia-1@nasa.gov - Katherine L. Eakle, Contract Specialist, Phone 575-525-7564, Fax 575-524-5130, Email katherine.l.eakle@nasa.gov<br />
- E-Mail Address
-
Irene M. Garcia
(irene.m.garcia-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC/White Sands Test Facility (WSTF) plans to procure test and evaluationservices and facility operations and support services at WSTF as a follow-on to thecurrent Test and Evaluation Contract (TEC) and Facility Operations and Support Contract(FOSC), which end April 30, 2011. WSTF provides support to the Space Shuttle,International Space Station (ISS), Constellation, and other future space programs, aswell as external customers. WSTF is certified to the ISO 9001 and 14001 standards as ajoint government and contractor certification; additionally, NASA and several of the sitecontractors are OSHA VPP Star certified. Interested parties are encouraged to addresstheir experience in working within these environments. The current NAICS Codes and Size Standards are 541712, 1,000 employees and 561210, $30 Mfor TEC and FOSC respectively. The current contracts are indefinite delivery, indefinitequantity (IDIQ) and completion form type contracts (cost-plus-award-fee). WSTF is a unique environment in that it is a remote, hazardous testing facility. Itprovides unique propulsion test expertise and has capabilities for altitude, ambient, andfleet leader testing. WSTF laboratories perform testing designed to better understandmaterials and components used in space flight.Some of the testing includes: oxygensystems, propellant systems, hypervelocity impact testing, composite overwrapped pressurevessels (COPV), and standard materials testing. WSTFs hardware processing officecurrently provides support for: Flight and Critical Hardware and Depot ProcessingComponent Services (clean room and valve refurbishment), Fabrication Services MeasurementStandards and Calibration Laboratory Photo / Video Services Technical PublicationServices. Additionally, the TEC works alongside and is supported by a FacilityOperations & Support Contract (FOSC). Currently, FOSC capabilities include: FacilityMaintenance and Operations, Institutional Systems and Services, Management andDocumentations Systems, Environmental (Compliance and restoration) and the White SandsSpace Harbor (WSSH). It is critical that these contractors are able to work together andprovide seamless support to WSTF.The intent of this Request for Information (RFI) is to solicit comments from industry andto solicit capability statements from qualified companies. The current TEC and FOSCStatements of Work and other pertinent documents are located at the procurement website:http://procurement.jsc.nasa.gov/tecfosc/. These documents are for informationand planning purposes and to allow industry the opportunity to verify reasonableness andfeasibility of the requirement, as well as promote competition. Industry is invited to provide inputs in the following specific areas: 1. What changes from the current TEC and FOSC contracting approach, if any, would yousuggest to the new TEC and FOSC contract and why? At a minimum please address each ofthe following items below:Contract Content Contract Type Contract Structure (please include a Statement of Work (SOW) structure graphsimilar to the one attached)Identify the contract flexibility and pros and cons of a multiple contractstructure versus a single contract structure For your proposed contract structure how is safety performance and environmentalcompliance and restoration enhancedPerformance Standards Method of Work Authorization Small Business Goals Keep in mind that we are soliciting contract strategies that will promote competition bygrouping and packaging logical functions in a way that promotes the synergism of workflow across contracts. 2. Identify barriers to competition that could be mitigated to foster a more competitiveenvironment for this procurement. 3. Discuss whether a hybrid contract is appropriate and identify your approach foradministering and managing a hybrid contract.4. Contract Type and Performance: Please provide your view regarding what type ofcontract provides the best approach for this type of work. How should the risks versusrewards be shared by the Government and contractor? How does the proposed contract typeincentivize the contractor to perform high quality work at a reasonable price? Discussyour views specific to this contract regarding incentive fees, award fee, award termand/or other appropriate incentives for contractor performance in terms of: 1) fixedprice requirements; 2) cost type requirements.5. Suggest any portion(s) of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility of each. Also, please explain your rationale as to why any portion(s) of this procurement couldnot be fixed price.In addition, how can NASA design/structure the fixed price portions of the contract to:1) ensure outstanding facility safety and operations safety are maintained; 2) protectthe ability of the contractor to respond rapidly and effectively to facility oroperational anomalies; 3) maintain the flexibility needed to handle unplanned workwithout invoking excessive cost or contracting delays (the duration of such unplannedwork may vary from a few hours to several days); and 4) ensure that small business goalsare met or exceeded. Discuss all alternatives you would like NASA to consider. 6. What metrics could NASA use to monitor the contractors performance on: 1) the fixedprice portions; 2) the portions that are not fixed price? 7. Discuss ways in which NASA could design/structure this procurement to maximize synergybetween the labor skills needed for employees across the contract(s). Discuss allalternatives you would like NASA to consider. 8. NASA is considering ways to increase the use of WSTF by external customers, on amission non-interference basis, as a potential means of reducing long-term costs.Agreements with external customers typically take place through the use of Space ActAgreements (between NASA and external customer), Excess Capacity Agreements (between NASAand the support contractor(s), or via corporate reachback. Please discuss thoughts onhow to structure this in the contract, while maintaining flexibility to perform missionwork and support external customers. Discuss ideas and incentives to encourage thecontractors efforts to find additional external customers for WSTF. 9. What has your experience been in pricing laboratory, cleaning, calibration, standardtests, and routine propulsion tests? Do you price services per test/item or do youprefer to price those services based on labor hour? Discuss some of the pros and consassociated with your pricing approach.Discuss your experience with and managementapproach related to distributed costs associated with supervision, materials, maintenanceand repair of specialized equipment for specific institutional services such ascalibration, precisions cleaning, and construction.NASA/JSC is also soliciting information about potential offerors including largebusinesses, Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones,Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs),Service-DisabledVeteran-Owned Small Businesses (SDVOSBs), and Historically Black Collegesand Universities/Minority Institutions (HBCU/MIs) that are potential sources for thisrequirement. Interested organizations are requested to submit their capabilities andqualifications to perform this effort. Responses must include the following: name andaddress of firm, size of business; average annual revenue for past 3 years and number ofemployees; ownership; whether they are large,SB, SDB, 8(a), HubZone, WOSB, VOSB, SDVOSB,and HBCU/MI; number of years in business; affiliate information such as parent company orjoint venture partners; list of customers covering the past five years (highlightrelevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number). Specific engineeringexamples of relevant experience, including detailed descriptions, are recommended. Weintend to release the names, addresses, and points of contact of all respondents unlessspecifically requested not to do so by the respondent. Questions should be directed byemail to the Contracting Officer. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. TheGovernment will not pay for any information solicited. No evaluation letters and/orresults will be issued to the respondents. You are requested to provide electronicresponses via e-mail to the Contracting Officer listed at the end of this synopsis. Yourresponse is required by 4:00 p.m. local time on September 2, 2009. No solicitationexists; therefore, do not request a copy of the solicitation. If a solicitation isreleased it will be synopsized in FedBizOpps and on the NASA Acquisition InternetService. It is the potential offerors responsibility to monitor these sites for therelease of any solicitation or synopsis. The Government intends to review the responsessubmitted by Industry. This data will not be shared outside the Government. TheGovernment may use this data to refine requirements. Data that is submitted as part ofIndustrys response that is marked Proprietary will not be reviewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09ZBH001L/listing.html)
- Record
- SN01914104-W 20090819/090818000608-ab380f0f168444d7aead1e5237c9460d (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 |