SOURCES SOUGHT
A -- RANGE OPERATIONS CONTRACT II SOURCES SOUGHT
- Notice Date
- 8/1/2013
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
- ZIP Code
- 23337
- Solicitation Number
- NNG13ROC2SS
- Response Due
- 8/22/2013
- Archive Date
- 8/1/2014
- Point of Contact
- Amy Strong, Contract Specialist, Phone 757-824-2363, Fax 757-824-1974, Email Amy.K.Strong@nasa.gov
- E-Mail Address
-
Amy Strong
(Amy.K.Strong@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA)Goddard Space Flight Center's (GSFC) Wallops Flight Facility (WFF) is hereby soliciting information about potential sources for services in support of launch and test range instrumentation operations, systems maintenance, sustaining engineering, logistics, processing operations, launch pad operations and maintenance, and airfield control service requirements. This acquisition is a follow-on requirement. NASA GSFC's Wallops Flight Facility is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. This requirements NAICS code is 517919. 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. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of thirty (30) pages or less indicating the ability to perform all aspects of the effort described herein. Respondents shall demonstrate their capabilities to perform the following requirements for this effort: 1. Instrumentation, Systems, and Equipment Operations and Maintenance and Systems Engineering; 2. Logistics services, including supply and warehousing operations, mobile instrumentation transportation systems maintenance; 3. Ground processing of suborbital and orbital launch vehicles and payloads; 4.Suborbital and Orbital launch pad operations, maintenance and sustainment; 5. Airfield Control Services and Airfield Control Systems Maintenance and Sustaining Engineering; 6. Launch Range Ground and Vehicle Technology Development Engineering Services; 7. Project Management Services, including operations project management, project requirements integration and test management, and engineering development and sustainment project management, all in accordance with NASA policies, procedures, and requirements. To facilitate a prompt review by the NASA team, a one-page summary shall be included with your capability statement(s), which identifies your companys capabilities that are specifically relevant to the requirement. Specific launch range operations and associated engineering examples of the relevant experience, including detailed descriptions, are recommended. The summary page will not count against the maximum page limit.It is insufficient to provide only general brochures or generic information. NOTICE: Copies of your capability statement(s) may be made available in this requirements potential future Request For Proposal (RFP) phase to the bidding Prime Contractor competitors and, therefore, should not contain company-sensitive information. GSFC's WFF is also interested in potential contractor feedback related to subcontracting opportunities for the various work requirements, given the possibility that the total requirement may be competed on an unrestricted basis. This feedback may be used as research information to support the analysis and development of subcontracting goals. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Amy K. Strong via e-mail to Amy.K.Strong@nasa.gov, no later than August 22, 2013. Please reference NNG13ROC2SS in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG13ROC2SS/listing.html)
- Record
- SN03135387-W 20130803/130802000651-1281210915ca1377e45d56c5af5a0d40 (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 |