SOURCES SOUGHT
J -- REQUEST FOR INFORMATION RFI AND SOURCES SOUGHT FORPROCUREMENT OF PROPELLANTBARGE DRY DOCKING- REFURBISHMENT- AND OR REPAIR SERVICES
- Notice Date
- 6/21/2013
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NASA Office of Procurement, Stennis Space Center, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNS13ZDA006L
- Response Due
- 7/23/2013
- Archive Date
- 6/21/2014
- Point of Contact
- Carol Burnside, Contract Specialist, Phone 228-688-1638, Fax 228-688-1141, Email carol.a.burnside@nasa.gov - Gerald L Norris, Contracting Officer, Phone 228-688-1718, Fax 228-688-1141, Email gerald.l.norris@nasa.gov
- E-Mail Address
-
Carol Burnside
(carol.a.burnside@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Request For Information (RFI) For Dry-dock of Propellant and Work Barges at NASA John C. Stennis Space Center, MS (SSC) The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is seeking potential sources from all categories of Large and Small Businesses with the capabilities and experience to provide the requirement described herein. The purpose of this Request for Information (RFI) notice, therefore, is to conduct market research to determine potential sources, capabilities of Small Business firms, availability of services, appropriate terms and conditions, lead time of delivery/period of performance, transportation options, etc. necessary to provide the required services to SSC, as well as explore interest in both the immediate requirement and potential arrangements/options for dry-dock for up to the entire fleet. SSC is interested in obtaining reviews, comments, and best practices from industry. SSC is considering procurement of these services, and desires technical guidance to refine its requirements. As such, SSC is requesting industry feedback on the Specifications/Statements of Work (SOW) relative to the subject effort as well as regarding the procurement, proposal response time, handling, delivery schedule/lead time, etc. SSC wishes to determine if there are Small Business (SB), Small Disadvantaged Business (SDB), Certified 8(a) Small Business, HUBZone Small Business (HUBZone), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or (HBCU), firms with the capabilities and experience to meet the Governments requirement, and the appropriate level of competition and/or Small Business subcontracting goals if applicable. The NAICS Code and Size Standard for this requirement are 336611 and 1,000 Employees, respectively. The work to be performed includes the dry-dock, inspection (repair as required), and painting of SSCs fleet of propellant and work barges.The fleet consists of six (6) Liquid Oxygen (LOX) barges, three (3) Liquid Hydrogen (LH2) barges, and three (3) work barges. This barge fleet supports rocket propulsion testing at SSC. SSC also has a Push Boat used for barge transport that will require periodic dry-docking and repair. SSC has an immediate requirement for dry-dock of one (1) LOX barge and future dry-dock requirements for the entire fleet. SSC is particularly interested in industrys input regarding the following questions: 1. Would the vendor be interested in bidding on the immediate requirement for dry-dock of one (1) LOX barge? 2. If not, what is inhibiting the vendors interest? Please be specific. (For example, are there requirements that the vendor cannot or is unwilling to meet within current capabilities?) 3. What could SSC change about the work scope that would enable the vendor to bid? Please be specific. (For example, requirements, deliverables, schedules, oversight, etc.) 4. Would the vendor be interested in bidding if certain requirements were allowed to be negotiated? 5. If additional barges were added to the immediate requirement of one (1) dry-dock would the vendor be interested in bidding? If so, how many barges would need to be added? 6. Would the vendor be interested in bidding on a long term contract (exclusively) or as a potential supplier to an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide dry-dock services for the barge fleet? 7. From the sample requirements provided in the below specifications, would the vendor be willing to comment on whether there are better, more practical, or different but equivalent specifications or methods based on the vendors experience?If so, in what form would the vendor comment? 8. If the vendor is not interested in bidding, can recommendations of other potential vendors that may be interested be provided? 9. Does the vendor have the capability to dry-dock a 65 ft. length, 26 ft. beam Push Boat, nominal 8 ft. draft? If so, does the vendor have the necessary capability to pull shafts, check propeller balance, sand sweep hull and replace anodes? 10. Is the 4 month (after delivery to the vendor) period of performance reasonable? If not, what would be a typical period of performance desired? 11. In the vendors experience, what would a typical time between dry-docks be for barge vessels of the type described in Sections 3.1 and 4.1 (LOX/LH2 respectively)? 12. Does the vendor recommend different coatings (i.e., equivalent or better than) the ones listed in Sections 3.19-3.22 and 4.20? If so, please specify. The information gathered from this RFI will be used for market research analysis and to plan future procurements. Based upon information submitted in response to this RFI, NASA will determine the final content of any future solicitation(s). Submissions will also be evaluated for the purpose of determining whether a future procurement may be conducted as a competitive set-aside or issued under full and open competition (unrestricted). The Government reserves the right to consider a Small, 8(a), SDV, or HUBZone small business set-aside based on responses hereto for this requirement. A determination by the Government not to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will NOT be notified of the results of the evaluation of submissions received. This synopsis should not be construed as a formal Request for Quotation (RFQ) or Proposal (RFP) (solicitation) but, rather a Request for Information (RFI) under the authority of FAR 15.201. Responses to this RFI are not offers and cannot be accepted by NASA to form a binding contract. This synopsis is not to be construed as a commitment by the Government to make a purchase, nor will the Government pay for the information solicited or be held liable for any information obtained. Those companies who wish to express an interest in this RFI are asked to submit a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; professional resources; and answers to the specific questions requested above. Submission of any information in response to this RFI is completely voluntary.Responses should be based on the material contained in this announcement and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response.Contractors are welcome to submit any additional documentation that may support their ability to comply with the Governments requirement. Responses shall include the companys specific area of interest in this requirement as being either a potential prime contractor, subcontractor, or other. Please also state your business size in accordance to the above NAICS code. The SOC shall not include any proprietary or confidential business or financial information relating to specific companies. Any questions shall also be submitted via e-mail to the POC listed below, which may be used in the development of the requirements. The SOC shall be submitted and received at Stennis Space Center no later than July 23, 2013 at 4:00 pm local time (Central), via e-mail only to the POC identified below.Reference the RFI # NNS13ZDA006L in any response. Faxed or telephone correspondence will not be accepted. Point of Contact (POC): All prospective companies are to direct their written electronic correspondence to the attention of: Carol Thibodeau Burnside at carol.a.burnside@nasa.gov (cc: Gerald Norris at gerald.l.norris@nasa.gov). The government anticipates that a Request for Proposal (RFP) will be issued under Negotiated Commercial Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and any resulting award will be made in the form of a Fixed Unit Price (FP) contract, possibly an Indefinite Quantity Indefinite Delivery (IDIQ) contract. If supported by market research, multiple awards may be made for this requirement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it and any related documents, will only be issued electronically. They would be accessed and downloaded at the NASA Acquisition Internet Service (NAIS) Business Opportunities website @ http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi and at the Federal Business Opportunities (FedBizOpps) website @ http://www.fbo.gov. It is the responsibility of potential offerors to monitor these sites for the release of any additional information pertaining to this notice and download their own copy of any resulting solicitation and amendments (if any). Interested firms are advised to be registered via the Central Contractor Registry (CCR) and have a completed Online Representations and Certification Application (ORCA) via the System for Award Management (SAM) Gateway at https://www.sam.gov. An Ombudsman has been appointed. See NASA Specific Note 'B'. Also, see NASA-Specific Note 'A' regarding Commercial Items. Any referenced notes may be viewed at the URL(s) linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/NNS13ZDA006L/listing.html)
- Record
- SN03096673-W 20130623/130621234932-20c8158aea30a7bce746f5929634012a (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 |