Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2015 FBO #5131
SOURCES SOUGHT

J -- AIRCRAFT MAINTENANCE LOGISTICS INTEGRATION CONFIGURATION MANAGEMENT ANDENGINEERING

Notice Date
12/9/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BR
 
ZIP Code
00000
 
Solicitation Number
NNJ16556087L
 
Response Due
1/11/2016
 
Archive Date
12/9/2016
 
Point of Contact
Justin A. Mason, Contracting Officer, Phone 281-792-8235, Email jsc-alice@mail.nasa.gov
 
E-Mail Address
Justin A. Mason
(jsc-alice@mail.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) is planning to procure Aircraft maintenance, Logistics, Integration, Configuration management and Engineering (ALICE) support for NASA JSC and Langley Research Center (LaRC), and other NASA centers and Government agencies. This will be a follow on to JSCs current Aircraft Maintenance and Operational Support (AMOS) contract. Additionally, please note that this is a combined Request for Information (RFI) and Sources Sought Synopsis. ALICE Description ALICE will include support for aircraft at JSC based at Ellington Field in Houston and at El Paso, Texas; Langley Research Center (LaRC), Hampton, Virginia; other remote sites, domestic and foreign, where services are required. The proposed services will include flight operations, maintenance, repairs and alterations and will provide engineering services for a variety of airframes, engines, appliances and support equipment at the various locations. There will also be unique services, which include three-tiered aircraft maintenance (operational, intermediate, and depot) on the NASA T-38 fleet, the WB-57F fleet, and the Super Guppy. Additionally, the WB-57 and the Super Guppy require complete supply chain maintenance. ALICE requirements may include but are not limited to services such as: 1.Maintenance/production control 2.Aircraft logs and records (configuration management 3.Quality control and inspection 4.Logistics 5.Aircraft engineering 6.Support shops (electric, hydraulic, sheet metal, ground support equipment) 7.Workforce management (training and safety) 8.Flightline services (aircraft servicing, launch/recovery, maintenance) 9.Flight crews including test directors, pilots, flight engineers, load masters, etc. 10.Contract management 11.Capability to provide construction services either directly or through subcontracting 12.Engines (GE J-85 engine overhaul) 13.Airframes (T-38, WB-57, and Super Guppy) 14.Egress systems 15.Avionics 16.Aviation life support systems (parachutes, high altitude pressure suits, etc.) 17.Non-destructive inspection/examination (NDI/NDE) The pertinent contract information for the current contract is as follows: Current Contractor: DynCorp, LLC Contract Number: NNJ12JC05C Estimated Contract Value: $185.4M Contract Expiration Date: The current contract's period of performance ends May 31, 2017. Please note: due to the nature of this work, this procurement is considered to be non-commercial. The work will be in support of specialized military aircrafts operated by NASA that are maintained in accordance with Department of Defense controlled documentation and logistics, which is considered non-commercial. A commercial item is defined in FAR 2.101. Request for Information In an effort to verify reasonableness and feasibility of the requirement, as well as promote competition, interested companies having the capabilities to perform all the activities described in this RFI should submit a capability statement. Small Business Sources Sought Request As part of this RFI NASA is solicitingcapability statements from qualified sources from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Economically Disadvantaged Woman-Owned Small Business( EDWOSB), 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 potential procurement. The Government reserves the right to consider a Small, 8(a), Economically Disadvantaged Woman-Owned Small Business (EDWOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Responses shall include the following: 1. Name and address of firm 2. Ownership 3.Whether the firm is an other than small business, SB, SDB, HUBZone, EDWOSB, VOSB, and SDVOSB, HBCU/MI and/or 8a. 4. Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) 5. If this contract is not set aside how can NASA design/structure the contract to ensure that small business goals are met or exceeded? 6. All interested companies having the capabilities to perform any of the activities described in this RFI should submit a capability statement that demonstrates your capabilities. All small business must demonstrate their capability to perform at a minimum 51% of the activities with their own work force and also discuss how they would support the other efforts. Please identify any known subcontractors and what would be the proposed work they would perform. 7. A list of customers covering the past five years, highlight: a. Relevant work performed b. Contract numbers prime or subcontractor c. Contract type d. Dollar value of each procurement e. Point of contact - address and phone number. If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. Responses All responses shall be received no later than January 11, 2016. All RFI and Sources Sought responses should be submitted electronically via e-mail to jsc-alice@mail.nasa.gov. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 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 ALICE website. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. This notice 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Additionally, please refer to the ALICE website at:( http://procurement.jsc.nasa.gov/alice/ ) for updates and additional information regarding this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ16556087L/listing.html)
 
Record
SN03965810-W 20151211/151209235111-f78fd912f03755a5a749867fc65bc2d1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.