SOURCES SOUGHT
A -- TEST AND OPERATIONS SUPPORT CONTRACT - TOSC
- Notice Date
- 11/5/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11TOSC11L
- Response Due
- 11/24/2010
- Archive Date
- 11/5/2011
- Point of Contact
- Marcus C Orr, Contract Specialist, Phone 321-867-0849, Fax 321-867-1188, Email Marcus.C.Orr@nasa.gov
- E-Mail Address
-
Marcus C Orr
(Marcus.C.Orr@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA), John F. Kennedy SpaceCenter (KSC) is hereby soliciting information about potential sources capable ofproviding space flight hardware processing, and operations and development of associatedprocesses, ground systems and services for NASA programs/projects and other potentialcustomers. Flight hardware processing includes assembly, lifting and handlingoperations, hazardous commodity servicing/de-servicing, test, checkout, integration(e.g., integrated operations, schedule development, and coordination of manifests betweenmultiple customers), launch, and recovery operations. Operating and handling of uniqueflight and ground hardware includes development of critical and hazardous first-timeprocesses and systems.Managing associated ground systems includes performingverification, validation, operation and maintenance, and modification of KSC groundprocessing, launch, and recovery systems and capabilities (e.g. Launch Control Center,Vehicle Assembly Building, and Space Station Processing Facility processing systems andequipment). Logistics support and other services necessary to host launch vehicles,spacecraft and/or payloads are included. Flight processing and operations of associatedground systems and services are for use by NASA programs/projects (e.g., InternationalSpace Station (ISS) Program, Launch Services Program, and emerging programs/projects) andother potential customers (e.g., other government agencies and commercial partners). NASA KSC contemplates these services would be provided under a single Test and OperationsSupport Contract (TOSC). Performance under the contemplated TOSC would commence noearlier than April 2012 with a total potential period of performance through September2020, although currently not approved beyond five years. In order to support theAgencys ultimate decision on the TOSC period of performance, as well as anyjustification for a deviation to authorize a period of performance longer than fiveyears, we are also seeking input from industry on their recommended overall period ofperformance for this type of work along with supporting rationale for any suchrecommendation. The major elements of the proposed TOSC Performance Work Statement areto be defined; however, the resultant solicitation will encompass activities and servicesremaining after Shuttle retirement and ISS assembly, currently provided under the KSCCheckout, Assembly and Payload Processing Services Contract and Space Program OperationsContract, as well as additional services provided to emerging programs/projects. Information contained in this synopsis is based on the best information available at thetime of publication and may be subject to revision. A TOSC procurement website iscurrently under development and will be maintained to include TOSC information, aninterested parties list, a technical library, and Industry Day information. Interested parties capable of meeting the above stated scope of work should respond tothis synopsis with a written capability statement of 8 pages or less (excludes questionsand NASA requested comments), indicating their ability to perform some or all of theaspects of the effort described herein. Capability statements shall be submittedelectronically via email in Microsoft Word 2003 or higher or PDF format, and conform to8.5 by 11.0 inch pages (one-inch margins on all sides), with fonts no smaller than 11point. Page 1 of the capability statement shall include the following: Name and address ofbusiness, DUNS and CAGE Code, size and classification of business under NAICS Code541712, Research and Development in the Physical, Engineering, and Life Sciences, with asize standard exception of 1,000 employees for space vehicles and guided missiles, theirpropulsion units, their propulsion unit parts, and their auxiliary equipment and parts;average annual revenue for the past 3 years and number of employees; ownership; number ofyears in business; affiliate information (as applicable); minimum of 2 customers coveringthe past five years (highlight relevant work performed, contract numbers, contract type,dollar value of each procurement; and point of contact address, phone number, e-mailaddress); and statement indicating desire to be placed on the interested parties list forpublic distribution. Page 2 of the capability statement shall include a one-page summary, identifying therespondents specific capabilities that are relevant to these requirements. The summaryshall include the companys area of interest in this acquisition as being either apotential prime contractor or subcontractor. Pages 3-8 of the capability statement shall demonstrate the respondents breadth, depthand relevancy of experience, and ability to perform work of a similar scope to the workdescribed above. All responses shall be submitted via e-mail, in the format described above, to the pointof contact no later than November 24, 2010, 4:30 p.m. Eastern Standard Time. Pleasereference the synopsis title and number in the subject line of the response. Questionsin response to this synopsis shall be submitted via email to the point of contact. NASAKSC may conduct one-on-one discussions with respondents at a later date. Respondentsshould indicate their interest in having a one-on-one discussion, in their response tothis synopsis. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in FedBizOpps and onthe NASA Acquisition Internet Service.It is the responsibility of potential offerors tomonitor 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 acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation and copies ofcapability statements will not be made available to prospective offerors in the future. NASA is seeking capabilities from all categories of small business for the purpose ofdetermining the appropriate level of competition and/or small business subcontractinggoals for this requirement. All categories of small business includes smalldisadvantaged businesses, woman-owned small businesses, veteran-owned small businesses,service-disabled veteran-owned small businesses, Historically Underutilized Business Zoneconcerns, and Minority-Serving Institutions which include Historically Black Colleges andUniversities and other minority educational institutions. NASA KSC is interested in comments from large businesses related to subcontractingopportunities. NASA is also interested in comments and suggestions with rationale fromIndustry regarding appropriate contract type and contract period of performance for theTOSC procurement.The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11TOSC11L/listing.html)
- Record
- SN02323497-W 20101107/101105234133-be8512ad1799de8b33e6d30b5041af63 (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 |