MODIFICATION
A -- RESEARCH FACILITIES AND ENGINEERING SUPPORT SERVICES
- Notice Date
- 8/1/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND12374119R
- Response Due
- 7/11/2012
- Archive Date
- 8/1/2013
- Point of Contact
- Robbin Kessler, Contracting Officer, Phone 661-276-3761, Fax 000-000-0000, Email robbin.m.kessler@nasa.gov - Robert Medina, Contracting Officer, Phone 661-276-3343, Fax 661-276-2904, Email robert.medina-1@nasa.gov
- E-Mail Address
-
Robbin Kessler
(robbin.m.kessler@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- On July 10, 2012, the United States Small Business Administration (SBA), Office of Hearing and Appeals (OHA) issued SBA Decision NAICS-5377 (2012) changing the North American Industry Classification System (NAICS) Code for the National Aeronautics and Space Administration (NASA) Dryden Flight Research Center (DFRC) Solicitation No. NND12374119R. The new NAICS code for this requirement is 541513, Computer Facilities Management Services, with a size standard of $25.5 million in average annual receipts. To assess the capabilities of firms under the new NAICS Code, NASA DFRC is seeking capability statements from all interested parties, whether they are large, small, small disadvantaged, 8(a), Historically Underutilized Business Zone (HUBZone), woman-owned, veteran-owned, service disabled veteran-owned small businesses and/or Historically Black Colleges or Universities/Minority Institutions. Solicitation No. NND12374119R can be found under the URL: http://prod.nais.nasa.gov/cgi-bin/eps/synopsis.cgi?acqid=149593. If the solicitation is amended it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service (NAIS). It is the potential offerors responsibility to monitor these sites for the release of any changes to the solicitation or synopsis. The purpose of this sources sought synopsis is to determine the appropriate level of competition and/or small business subcontracting goals for the management, integration and performance of Research Facilities & Engineering Support Services (RF&ESS) at the NASA DFRC, Edwards, California; Dryden Aircraft Operations Facility (DAOF), Palmdale, California; and the Aerospace Education, Research and Operations (AERO) Institute, Palmdale, California. Attached is the RF&ESS Performance Work Statement (PWS) which describes in detail the following services and/or support for the Western Aeronautical Test Range (WATR), Simulation Support Services, and Information Technology (IT) Support Services contract: (1) WATR Sustaining and Developmental Engineering and Operations Services, including telemetry/radar acquisition and processing hardware and software, range display systems, real-time hardware and software processing, tracking and mobile systems, communications and video control center, flight termination and range safety systems development. (2) Simulation Support Services including system administration for customized hardware and software, and CAD/CAM drawing services for engineering designs and 3-D graphics models. (3) IT Support Services, including Chief Information Office (CIO) and IT security support, data center operations, system administration services, business application development and support, application administration, database design and administration, website design and content maintenance, IT systems engineering and project management, IT expertise and training, help desk, and conference room management services. Multimedia systems support, including audio and video technical support, imaging services, administrative and in-flight photography and video, production video services, and graphics and illustration services. Operating and maintaining physical security systems, infrastructure, and applications. Offerors who can perform the RF&ESS effort should submit a capability statement and past performance information for each of the areas of the PWS above, that describes in detail your firms/organizations (including potential teaming partners) abilities.Your capability statement should include references to current and/or past performance on contracts providing engineering support for complex systems like the WATR telemetry and data acquisition systems. In addition, describe the extent to which your company has provided comprehensive IT operations support for other businesses or government entities. It is not sufficient to provide only general brochures or generic information. Please provide evidence of performance within the past 5 years, including, but not limited to: Capability to support a flight research facility, including: developmental engineering and operations services requiring in-depth experience and knowledge of highly specialized flight research mission support systems and applications. This includes telemetry/radar tracking and mobile antenna systems, mission support communications, video control center, telemetry/radar data acquisition, data processing hardware and software, range mission control center (MCC) real-time flight data display systems and applications; hardware and software for real-time and post-flight data processing; and Flight Termination System that demonstrate situational awareness by moving map with real-time user interaction. Innovative, efficient, flexible, and effective organizational structure and management approach that show examples of handling changing priorities and fluctuating resources, such as ability to support short notice subcontracting services and/or gaining resources and the lead time involved. Soundness, effectiveness, feasibility, and practical application of proposed innovative methods and improvements and their resulting impact in cost reductions and increased effectiveness. Ability to manage a complex cost-type contract Customer satisfaction Utilization of teaming partners to perform specific PWS requirements The capability statement (including any attachments) must not exceed 20 pages in length, with font size no smaller than 12 point. To facilitate a prompt review, a one-page summary shall be included with your capability statement. This summary should include the following information: (1)Your companys name, address and telephone number and company point of contact, e-mail address and telephone number; (2)Average annual revenues for the past 3 years and total number of employees; (3)Number of years in business; (4)Companys/Organizations Government size standard/type classification (large, small, small disadvantaged, 8(a), woman-owned, veteran owned, service disabled veteran-owned, HUBZone business, Historically Black Colleges or Universities/Minority Institutions); (5)Applicable NAICS Code(s) for potential subcontracting opportunities; (6)Current ISO 9001:2008 Certification; (7)Evidence of a government approved accounting system; (8)To the extent applicable or known, any affiliate information, including: parent company, joint venture partners, and evidence and commitment of potential teaming partners (identifying anticipated prime and subcontractor roles); (9)DUNS number and cage code. In the event the total requirements are competed on an unrestrictive basis, the Government is interested in identifying contractors that might be willing to perform specific areas of the PWS as subcontractors. Potential subcontractors should identify their capabilities in the PWS areas which they are able to perform. Any questions you may have are to be submitted via e-mail to the primary POC listed below, NOT through the phone or fax numbers indicated. This sources sought synopsis is for information and planning purposes only. It 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. All responses shall be submitted electronically (via email) to the primary Point of Contact (POC) listed below no later than August 24, 2012. Please reference NND12374119R in your submittal. Any referenced notes may be viewed at the URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND12374119R/listing.html)
- Record
- SN02823171-W 20120803/120802000001-34561bccce4b0d2318940a8b1cd2b42b (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 |