SOURCES SOUGHT
A -- Technology, Engineering, and Aerospace Mission Support (TEAMS) 3
- Notice Date
- 2/16/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-TEAMS3
- Archive Date
- 3/22/2016
- Point of Contact
- Sandra A. Chellis,
- E-Mail Address
-
larc-teams3@mail.nasa.gov
(larc-teams3@mail.nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Langley Research Center (LaRC) is hereby soliciting information regarding potential sources for a follow-on procurement to the Technology, Engineering, and Aerospace Mission Support (TEAMS) 2 contract (NNL12AA09C). The current TEAMS 2 contract is a Cost-Plus-Award-Fee (CPAF) type contract with Base Mission Support contract line items for core requirements identified in the Statement of Work (SOW) and further defined by the issuance of Technical Direction Notices (TDNs). There is also an Indefinite Delivery Indefinite Quantity (IDIQ) contract line item for additional work within the general scope of the contract. The contract was awarded competitively as a small business set-aside and ends in April 2017. The technical requirements are organized into twelve technical disciplines which define the services that are provided under both the Base Mission Support and IDIQ contract line items. The average annual expenditure rate for the TEAMS 2 contract is approximately $55M. Following is an estimated percentage breakout of historical usage by each of the twelve technical disciplines: 1. Acoustics - 4.4% 2. Aerodynamics - 4.5% 3. Avionics Systems - 1.4% 4. Crew Systems and Aviation Operations - 7.8% 5. Engineering, Integration and Flight Hardware Technology Development - 11.1% 6. Flight Dynamics and Controls - 3.5% 7. Hypersonics - 3.7% 8. Materials and Advanced Processing Technology Development - 2.7% 9. Measurement Systems - 4.8% 10. Program/Project Support - 41.4% (NASA Engineering and Safety Center (NESC) 23.2%) 11. Structures - 6.8% 12. Systems Analysis and Concepts Development - 7.9% One of the primary goals of this synopsis is to assist LaRC in determining whether a Small Business Set-Aside is an acceptable strategy for this follow-on procurement. If a full and open competition is ultimately pursued, responses to this sources sought synopsis will be used to aid in establishing small business subcontracting goals. Since no decision regarding a set-aside has yet been made, all qualified companies are encouraged to respond. The North American Industry Classification System (NAICS) code for this procurement is anticipated to be 541712 with a size standard of 1,000 employees. Requirements under the follow-on procurement may encompass the broad scope of LaRC mission responsibilities and LaRC-based agency activities and may include cooperative activities with other contractors, other NASA centers, and other agencies. Some work may be classified up to and including Top Secret. The Contractor shall be compliant at proposal submission with higher-level quality standards such as ANSI/ISO/ASQC Q ISO 9001, Quality Management Systems Requirements, and AS9100, Quality Management Systems - Aerospace - Requirements. The Contractor shall also be rated at Capability Maturity Model Integration for Development (CMMI- DEV) Capability Level 2 or higher at proposal submission based on certain requirements which involve software development for human-rated software systems, non-human space rated software systems, or mission support software. The primary objective of the TEAMS 3 procurement is to support research and technology development in order to meet evolving NASA mission objectives. The performance-based requirements include support of scientific research; engineering design, analysis, and development; technology readiness level advancement of work associated with evolving NASA missions; implementation of technology programs; test implementation and operations; systems analysis and conceptual design; and program/project management support. The requirements typically address one or more facets of a complex systems study or assessment, an activity supporting a research and technology development program, or a flight program and may require specialized skills of a single individual or multi-disciplinary team of individuals; or close integration with tasks performed by NASA personnel, other contractor staff, and/or other Government agency personnel. Due to the dynamic nature of research and development, variations in workload and skills are experienced. The Contractor shall have sufficient flexibility and depth to accommodate the requirements in a timely and efficient manner. Technical requirements originate from the following twelve technical discipline areas: 1. Acoustics This discipline includes, but is not limited to, research to understand and control noise generated from aircraft as well as its effects on aircraft, rotorcraft, and spacecraft structures, on passengers and crew, and on airport communities. The work involves theoretical, analytical, computational, and experimental acoustics research, including both fundamental as well as applied research that including, but is not limited to, validation of analytical models of sound generation and transmission/propagation as well as active and passive noise control concepts, along with research aimed at understanding, predicting, and controlling/reducing the noise of fixed-wing and rotary-wing aircraft. This work requires proficiency in aeroacoustics and structural acoustics, including expertise in disciplines including, but not limited to, materials development and characterization; advanced manufacturing techniques; dynamic data acquisition, reduction, and analysis; use of software tools (e.g., NASTRAN, LabVIEW, computational fluid dynamics (CFD) codes, and MATLAB®); experimental process control; and analytical and computational modeling of both individual noise sources and complete vehicle systems, including an understanding of the underlying fluid dynamics contributing to the sound generation. 2. Aerodynamics This discipline encompasses a broad area concerned with studying the motion of air, particularly when it interacts with moving objects, including interactions with flexible structures, which are more broadly defined as the field of aeroelasticity. Understanding the motion of air (often called a flow field) around an object enables the calculation of steady and unsteady aerodynamic forces and moments acting on the object. This work requires proficiency in aerodynamics, fundamental fluid dynamics, unstructured and structured grid generation, advanced computational fluid dynamics (CFD) tools, mathematical analysis, empirical approximation, wind tunnel experimentation, and advanced flow control techniques. For aeroelastic work, it is equally important that structural dynamics modeling capabilities are supported for the modeling of structure and aerodynamic interactions. This work includes, but is not limited to, experimental testing in wind tunnels ranging from subsonic to supersonic speeds as well as computational work utilizing multi-processor computing facilities. 3. Avionics Systems This discipline encompasses the study of the hardware/software components required to manage the operation of an aircraft, the subsystems required to supply electrical energy to an aircraft's systems, and the effects of electromagnetic energy on an aircraft's systems. The Contractor shall support research and concept development to advance the state-of-the-art of systems for use on airborne vehicles comprising Avionics subsystems which can be grouped into the following seven main functional categories: (1) flight control computers; (2) data networks/busses; (3) guidance, navigation, and control (GN&C) systems; (4) communications/tracking systems; (5) electrical power; (6) sensors/indicators/displays; and (7) software. This work requires proficiency in mathematical modeling, avionics systems, electronics, microwave and Radio Frequency (RF) testing equipment, telemetry systems, control theory, test facility systems, software engineering, electronic systems design/development, validation/verification of advanced digital technologies, data networking, real-time operating systems, and airborne systems simulation. 4. Crew Systems and Aviation Operations This discipline includes, but is not limited to, aviation support and flight/simulation operations, flight deck systems, and the associated crew interactions and technologies that are needed to conduct research, development, test and evaluation of future flight deck systems concepts, design and analyses of aerospace operations, optimization of guidance and trajectory management, effective design and integration of human and autonomous systems and their interactions/interfaces, and assessment of human performance methods. This work requires proficiency in modeling and simulation, distributed airborne simulation tools, flight guidance, piloting factors, aviation operations, flight deck avionics, and experimental support. This discipline supports studies in areas including, but not limited to, aircraft Terminal Area Productivity optimization and safety as well as aviation operations, flight deck systems, associated crew interactions and performance assessments. 5. Engineering, Integration and Flight Hardware Technology Development This discipline includes, but is not limited to, application of science, mathematics and engineering disciplines for the design, development, integration, and operation of small to very large complex equipment and processes to meet program and project goals within and outside of NASA. The nature of the work requires effective participation in highly integrated multidisciplinary development teams in compliance with established policies and work instructions. This work requires proficiency in technical skills including, but not limited to, mechanical and mechanism design, simulation, analysis, and drafting; structural mechanics analysis (static, dynamic, linear, non-linear); structural dynamics analysis (e.g., coupled loads, vibro-acoustic, structural dynamics and control system interaction); manufacturing engineering and methodologies; thermal and fluid systems design and analysis (e.g., steady state, transient, passive thermal, active thermal); aerodynamics and aerothermodynamics; optical, opto-mechanical and electromagnetic design and analysis; atmospheric flight and spacecraft trajectory design, simulation, and analysis; electrical and electronics design and analysis; software design, verification, and control; development and implementation of production, assembly, test, integration, and operation plans. 6. Flight Dynamics and Controls This discipline includes, but is not limited to, advancing the state of the art in flight-dynamic analysis of vehicles including analytical and experimental investigations of aerodynamic characteristics as they relate to vehicle flight dynamics; stability and control; flying qualities and handling qualities; trajectory design for entry, descent, and landing; control law and algorithm development for application to vehicle systems; control system designs to satisfy vehicle stability and control requirements; active control technology impacts on vehicle configurations; multidisciplinary mathematical vehicle model representations; and system identification technology. This work requires proficiency in wind tunnel test engineering, mathematical modeling; high-fidelity six degree-of-freedom simulations; control theory; test facility systems including static and dynamic test rigs, data acquisition and data archiving; system identification techniques; data acquisition system software development and operation; software engineering support of flight test activities; and other engineering and technical disciplines needed to support flight dynamics and control research and development activities. 7. Hypersonics This discipline develops enabling technologies including, but not limited to, air breathing hypersonic propulsion systems, high temperature structures, and advanced analysis tools for the hypersonic flight regime. Successful development of these technologies including, but not limited to, dual-mode ramjets (ramjet and scramjet modes) for use on hypersonic flight vehicles, will enable revolutionary, future air vehicles and launch systems. This work includes, but is not limited to, assessment of environments, design, analysis, and testing to demonstrate suitability for future flight systems. This work requires proficiency in a broad range of skills including, but not limited to, supersonic fluid dynamics, systems analysis, thermodynamics and combustion chemistry of gases, experimental techniques and scramjet test facility operation, pulsed-facility research, hypervelocity testing, CFD codes and their implementation on computer systems, and technical and mechanical operation of experimental apparatus in fundamental studies laboratories. 8. Materials and Advanced Processing Technology Development This discipline includes, but is not limited to, research and development of high-performance metallic, ceramic, polymeric, nanostructured, and composite material systems. It also includes, but is not limited to, the development and implementation of advanced processing technology to produce these materials in a wide range of product forms and to incorporate them into useful structures and devices. This work requires proficiency in development, testing, characterization, and processing of material systems. 9. Measurement Systems This discipline supports research and development of experimental measurement and sensing techniques for a wide array of customers and programs. The work includes, but is not limited to, fundamental, theoretical, analytical, experimental, as well as applied research. This work requires proficiency in laser and optics design as well as electromagnetic methods and cutting edge discrete sensors and their utilization in various measurement systems. Advanced measurement systems are supported for ground-based and flight testing, for nondestructive evaluation and health monitoring, and for remote atmospheric and space-based sensing, as well as potentially for other platforms and environments. 10. Program/Project Support This discipline includes, but is not limited to, program/project and technical management support. This work requires proficiency in project, schedule, budget, financial, programmatic, resource, configuration and data management (C&DM); systems engineering; technical editing and illustration; standard business software applications; LaRC business practices; and NASA program/project management tools (e.g., Systems, Applications, and Products (SAP), Workforce Integrated Management System (WIMS), Planning, Programming, Budgeting and Execution Tool (PPBET), Programmatic Template(PT), Funds Control System (FCS), and Space Act Agreement Maker (SAAM). This discipline also includes the NESC whose mission is to perform value-added independent testing, analysis, and assessments of NASA's high-risk projects to ensure safety and mission success. The NESC supports engineering and safety challenges requiring technical subject matter experts who historically have preferred independent subcontract or consultant type arrangements. 11. Structures This discipline includes, but is not limited to, structural mechanics, structural dynamics, durability, damage tolerance and reliability, computational mechanics, adaptive structures, and structural testing. This work requires proficiency in multifunctional design, damage mechanics, nonlinear mechanics, radiation physics, loads and dynamics, and structures experimental techniques. 12. Systems Analysis and Concepts Development This discipline involves studies to enable informed technical, programmatic and budgetary decisions. This work requires proficiency in the development of systems analysis products including, but not limited to, system concepts and requirements; mission architectures; system integration; campaign analysis; mission analysis; vehicle analysis and design; system and technology trades; life cycle analyses (cost, reliability, operations, affordability, risk); configuration design, layout and packaging; aerodynamics and aerothermodynamics; thermal analysis and thermal protection systems; structures; propulsion systems; trajectory/flight mechanics; stability and control; emissions, noise; extra-vehicular activities; avionics; software systems; communications; and environmental control life support systems; and tools and methods. CONFLICTS OF INTEREST: Companies are advised that the resultant solicitation will contain stringent requirements with regards to avoiding Organizational Conflicts of Interest (OCIs), Personal Conflicts of Interest (PCIs), non-disclosure of sensitive and proprietary information, as well as limitations on future contracting. STATEMENT OF CAPABILITIES INSTRUCTIONS: Interested companies having the required specialized capabilities to perform the effort as described above should submit a capability statement of fifteen pages or less (11 pt. Arial text font), indicating those capabilities. The capabilities statement should include the following: 1. Summary by technical discipline of the company's specialized technical capabilities to meet the requirements above. 2. Status (certified, compliant, etc.) of the company's higher-quality standards for ANSI/ISO/ASQC Q ISO 9001, Quality Management Systems Requirements, and AS9100, Quality Management Systems - Aerospace - Requirements as well as the company's level of Capability Maturity Model Integration for Development (CMMI- DEV). The company should also include information regarding their facility security clearance. 3. In order to assess the capabilities of small business concerns, address the company's ability to comply with Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting (Dec 1996), section (b)(1) which requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 4. Address the company's capability to manage and finance performance under the contract, especially considering the dynamic nature of research and development and the variations in workload including surges. As part of the capability statement, the company should also address their capability and willingness to comply with the strict OCI avoidance and limitation of future contracting requirements and restrictions above; as well as avoidance or mitigation of PCIs. 5. Teaming arrangements. Address whether a team will be formed for this procurement. If teaming partners are already identified, provide the names of all substantial teaming partners, to include prime joint venture participants and major subcontractors, the anticipated type of teaming arrangements, address the specific services each member will provide, and include applicable capabilities for each member. In some cases you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture not each individual member (13 CFR 125.6(i)). 6. The capability statement must also include the following: name, DUNS number, and address of the company; size of business including average annual revenue for the past 3 years and number of employees; ownership: based on the NAICS standard cited herein, whether you are Other than Small Business, Small Business, (8a) Business Development Program, HUBZone Program, Service-Disabled Veteran-Owned Business, Small Disadvantaged Business, or Woman-Owned 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). 7. List of relevant work performed in the past three years, contract numbers, technical description, contract type, dollar value of each procurement; and point of contact with email, physical address and phone number. 8. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 9. Based on your past experience, provide information regarding advantages/disadvantages of various contract types and your lessons learned utilizing these contract types: a. Cost Plus Fixed Fee (CPFF) - please discuss your thoughts on how contractors can be incentivized to perform under a CPFF. b. Cost Plus Incentive Fee (CPIF) - please discuss your ideas for what specific incentives should be applied and how LaRC should objectively determine same. c. Cost Plus Award Fee (CPAF) - please discuss your ideas for award fee evaluation parameters to be used to assess contract performance and provide your thoughts on the administrative effort and cost required to monitor and evaluate performance. d. Any other methods you believe might be viable. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be it will be synopsized and posted accordingly. It is the potential company's responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Please do not include proprietary information as it will not be reviewed. Respondents will not be notified of the results of information collected. The information provided will assist the Government in its assessment of the current market and future acquisition planning strategy. All responses are requested to be submitted by email to Sandra Chellis at larc-teams3@mail.nasa.gov no later than 2:00 pm EST on Monday, March 7, 2016. Please reference SS-TEAMS3 in any response. Technical questions should be submitted by email to Stan Cole at larc-teams3@mail.nasa.gov with "SS-TEAMS3 Technical Question" annotated in the subject line. Procurement related questions should be submitted by email to Sandra Chellis at larc-teams3@mail.nasa.gov with "SS-TEAMS3 Contracting Question" annotated in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-TEAMS3/listing.html)
- Place of Performance
- Address: NASA Langley Research Center, Hampton, VA, the Contractor's facility, and other sites that may be designated by the Contracting Officer, United States
- Record
- SN04021469-W 20160218/160216235036-570958c96286211eedc8cd0d02428ffb (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 |