SOURCES SOUGHT
A -- FORCE MEASUREMENT SUPPORT SERVICES
- Notice Date
- 12/10/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-FMSS-2013
- Response Due
- 12/24/2012
- Archive Date
- 12/10/2013
- Point of Contact
- Daphne Darden, Contract Specialist, Phone 757-864-3220, Fax 757-864-8541, Email daphne.g.darden@nasa.gov
- E-Mail Address
-
Daphne Darden
(daphne.g.darden@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking Capability Statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), and Historically Underutilized Business Zone (HUBZone) businesses for Force Measurement Support Services. The Government reserves the right to consider a small or 8(a) set-aside based on responses hereto. The goal is to provide high quality force measurement and strain gage instrumentation for NASA programs and projects by providing services to produce, calibrate, repair and utilize these instruments in a wide range of environments (e.g. from cryogenic to high temperature ranges) and applications. Typical services include engineering design, drafting, fabrication, instrumentation, repair, design of experiments, statistical methods, calibration with NIST traceability, evaluation and estimation of existing or new force and strain measuring instruments. Tasks shall be performed both on and offsite of NASA LaRC as needed during normal business hours (7:30am- 4:00pm) and 24/7 for exigencies. The contractor shall electronically interface with NASA LaRC personnel using computer codes of standard file formats (e.g. AutoCAD, PROEngineer, MS Excel, MS Word, MS Project, and Lab View and the LASIRS web-based work request entry system). Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of 7 pages or less (including attachments) with a minimum font size of 12 indicating the ability to perform the aspects of the effort described herein. The capability statement should specifically respond to the areas detailed below to include (1) General Information, (2) Personnel Capabilities, and (3) Technical Capabilities to include general information and technical background describing your firms experience in contracts that are relevant to the work described herein. Potential offerors shall specifically comment, within the page limitation, on its capabilities and qualifications to meet the following: (1) General Information (A maximum of 2 pages from the 7 page total may address General Information): Interested offerors shall submit general information to include: (a) name and address of firm; (b) Point of Contact information to include name, title, phone number and email; (c) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) average annual revenue for past 3 years and number of employees; (e) size of business concern (large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned); (f) number of years in business; (g) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) 2 or 3 customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). (2) Personnel Capabilities: The contractor shall provide management and staffing that possess the requisite education, experience, and other qualifications to meet the requirements detailed herein. The contractor shall have the capability to provide project management support. Included in this function will be a full range of management duties including, but not limited to, contract management, customer service, work management & control, support of research operations & testing, maintenance services (which includes maintenance of existing systems, instrumentation calibration and repair, instrumentation metrology), engineering services, FEA (Finite Element Analysis), stress analysis, safety & risk analysis, research technology development (which includes data acquisition systems, instrumentation systems and calibration techniques), documentation, drawing files, virtual libraries and library management, and related IT services (which includes administration, documenting, and record keeping). (3) Technical Capabilities: The contractor shall be required to demonstrate experience and/or knowledge in the following technical areas for Force / Strain Measurement: (a) Design; (b) Analysis; (c) Fabrication; (d) Strain Gage Application; (e) Calibration; (f) Repair; and (g) Innovation.* (The contractor shall provide no more than 4 examples of recent work that exemplifies technology innovation in force measurement or a related area, for example: wireless balances or calibration techniques.) In addition, please indicate whether the following equipment/capability currently exists at your facility or whether it would be subcontracted. a.Calibration: Manual = Temperature Range: Ambient, Cryogenic, High- Temperature Pressurized calibrations Hybrid calibrations (combination of calibration methods) SVS - Single Vector System ABCS - Automatic Balance Calibration System LLR - Large Load Rig b.Finite Element Analysis c.Diverse fabrication/QA d.Cryogenic strain gage application e.Repair and calibration of TASK balances f.Design of Experiments Potential offerors/vendors are referred to the attached Draft Requirements Document for a detailed listing of the required services. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document. In addition, LaRC is also interested in contractor feedback related to suggestions for contract type, subcontracting opportunities, and possible contract incentives(positive and negative). The North American Industry Classification System (NAICS) code for this procurement is 334511, Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing, with a size standard of 750 employees. Estimated award date for this contract is on/about September 1, 2013. This is a sources sought synopsis to be used for information purposes only in preliminary planning to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, to gain knowledge of interest, and to support any potential set-asides. 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 (NAIS). It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Any questions you may have are to be submitted electronically via email and can be used for consideration in the development of the requirements. This sources sought 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.Technical questions should be directed to: Shirley Jones at Shirley.M.Jones@nasa.gov with a courtesy copy to the Procurement Point of Contact. Procurement related questions should be directed to: Daphne Darden at Daphne.G.Darden@nasa.gov. All responses shall be submitted electronically via email to Daphne Darden at Daphne.G.Darden@nasa.gov no later than December 24, 2012. Please reference SS-FMSS-2013 in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-FMSS-2013/listing.html)
- Record
- SN02945537-W 20121212/121210234028-50dd61fd49b44d751bad727f7ca4d4dd (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 |