Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOURCES SOUGHT

18 -- DoD Human-Rated Payload Support Contract (DHSC) - Draft DHSC Performance Work Statement

Notice Date
1/29/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
FA8818-16-R-0050
 
Archive Date
3/4/2016
 
Point of Contact
J. Chris Milburn, Phone: 5058465083, David L. Clonts, Phone: 5058460086
 
E-Mail Address
joe.milburn@us.af.mil, david.clonts@us.af.mil
(joe.milburn@us.af.mil, david.clonts@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft DHSC Performance Work Statement (PWS) This announcement is for information and planning purposes only. It does not constitute a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not pay any costs associated with the submittal of information solicited herein. This will be a Total Small Business Set-Aside. All interested parties may submit a Statement of Capabilities (SOC) which shall be considered by the agency. The SOC and all related communications that contain proprietary information should be marked as such. Only written responses will be accepted. A draft Request for Proposal (RFP) will be posted in FedBizOps (FBO) in the future. A draft Performance Work Statement (PWS) specifying details of the requirement is hereby provided as an attachment to this synopsis. The Government proposes to procure Contractor services to support the Department of Defense (DoD) Human Spaceflight Payloads Office at the Johnson Space Center. Additional details of the requirement are included below. The period of performance is anticipated to be one base year period with 4 option years for a total of 5 years. Projected award date is 1 July 2017. The NAICS size standard for 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)) is 1,000 employees per www.sba.gov. The Federal Supply Class/Service code is AR32 (R&D: Space Transportation Systems-Exploratory Development). The DoD has a requirement to develop, integrate and operate DoD payloads and spacecraft on National Aeronautics and Space Administration (NASA) Exploration Vehicles as well as other available Space Transportation Capabilities. The generic term "Exploration Vehicles" is comprised of the full NASA capability to launch into and operate within the space environment, to include (but not limited to): the International Space Station (ISS), Russian Launch Capabilities (e.g., Progress/Soyuz), the HIIB Transfer Vehicle (HTV), Commercial Crew Vehicle, the Space Launch System (SLS), and any NASA Commercial Resupply Services (CRS) launch vehicles (e.g., SpaceX and Orbital ATK) capabilities in support of human space flight/exploration or other goals. The generic term "Space Transportation Capabilities" refers to any space flight opportunities (Government or commercially procured) that can be utilized to complete a DoD payload's mission objectives. Refer to draft PWS for additional details. Format requirements for the Statement of Capability (SOC) are below: Interested parties who believe they have the capability to perform as a prime Contractor in support of this effort must submit a SOC which includes the following information: Personnel/Size Standard, Company Name, Mailing Address, Point of Contact and Telephone Numbers, Business Size Classification such as Large, Small or Other. The SOC should also address knowledge, capability, and experience related to the requirements stated above. Specifically the areas of integration of human-rated payloads on man-rated vehicles such as the International Space Station (internal and external) and related resupply vehicles such as the ATV, HTV, SpaceX Dragon, Orbital Cygnus, and Russian Progress/Soyuz. In addition, the areas of analyses, development, and qualification of man-rated spaceflight hardware including transition of such hardware already in development and facilities to build such hardware. The Government anticipates that it will transition (among other smaller payloads) two ExPRESS Logistics Carrier external ISS payloads as well as a ~75kg small spacecraft development project carrying 4 payloads, including ground system development and on-orbit operation, from an existing contract to the DHSC. The SOC should address their company's recent capabilities and experience in these areas. Address NASA man-rated safety process/requirements knowledge, capability, and experience, facilities available to store and process flight hardware and the ability to handle classified (SECRET) material; and successful management of similar programs in the last five years. The SOC must state certified socio-economic categories for which the firm is eligible and date of expiration if applicable. The capability statement shall be limited to 20 pages, double-spaced, 12-point font, Times New Roman, 1" margins and sent via electronic means to the Point of Contact (POC) listed above. Please include a point of contact, telephone, fax, e-mail address, CAGE, and DUNS number. All information submitted in response to this announcement shall be received no later than 4:00 P.M. Central Time, 20 calendar days from the date of posting of this announcement. The Government will use the SOC to help determine the interest and ability of qualified sources in the marketplace. Not submitting a SOC will not disqualify potential bidders from submitting a proposal in response to an RFP. Industry Day: It is the Government's intention to conduct an Industry Day for all interested parties on 17 and 18 February 2016 at Johnson Space Center in Houston, TX. Interested parties, not submitting a SOC, are required to contact the POC (Mr. J. Chris Milburn) prior to 11 February 2016 to provide notification that their firm will be attending the Industry Day and to identify the number of personnel who will be in attendance. Specifics concerning Industry Day such as time, building numbers, badging, and any changes will be provided by the POC directly to all interested parties. Industry Day will allow interested firms to directly interface with Government personnel about the requirement identified in this announcement. Ombudsman: An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is: Ms. Olalani Kamakau, SMC/PKC, (310) 653-1185. The Small Business Representative's Point of Contact information is as follows: Mr. Willard B. Strozier, DAF Director, Office of Small Business Programs Space & Missile Systems Center (310) 653-1108
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8818-16-R-0050/listing.html)
 
Place of Performance
Address: Johnson Space Center, Houston, Texas 77058, Houston, Texas, 77058, United States
Zip Code: 77058
 
Record
SN04004499-W 20160131/160129233928-168dfdb96edc75ee104824f2f6b9b8c0 (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.