SOURCES SOUGHT
R -- Ground Test Support and Analytical Services for Flight Vehicles - Statement of Work
- Notice Date
- 4/19/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
- ZIP Code
- 93523-0273
- Solicitation Number
- NND16AA42Z
- Archive Date
- 6/27/2016
- Point of Contact
- Shari Trigg, Phone: 6612762428
- E-Mail Address
-
shari.c.trigg@nasa.gov
(shari.c.trigg@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Table 1.0 Requirements Statement of Work, NND16AA42Z The National Aeronautics and Space Administration (NASA) Armstrong Flight Research Center (AFRC) is seeking capability statements from all interested parties, including Small Business, Small Disadvantaged Business (SDB), 8(a), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of establishing multiple award Blanket Purchase Agreements (BPAs) to fill anticipated repetitive needs related to Structural Dynamics Engineering Ground Test Support and Analytical Services for Flight Vehicles with qualified vendors. The total value of these BPAs, to include all call orders, is estimated at $1,000,000.00 over a five (5) year period. This BPA will expire either upon reaching the estimated value of the agreement, or five years from the date of the agreement, whichever occurs first. The Contractor shall provide the necessary expertise, capabilities, and personnel required to perform the Ground Test Support and Analytical Services for Flight Vehicles. Tasks will be principally performed at AFRC Main Campus, Edwards AFB, CA. The Government reserves the right to consider a Small, 8(a), WOSB, SDVOSB, or HUBZone business set-aside based on responses hereto. The AFRC requirements for Ground Test Support and Analytical Services for Flight Vehicles include the following: 1) Ground Test Support 2) Software Support 3) Analysis Support The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, with a size standard of $15 million dollars. No solicitation exists; therefore, do not request a copy of the solicitation. Capability Statements shall be submitted electronically only, via e-mail, to the primary Point of Contact (POC) listed below. The Capability Statement, exclusive of a one-page summary, shall NOT exceed twelve (12) pages (including attachments) and shall contain a minimum font size of 12 in Times New Roman. Additionally, the Capability Statement shall list at a minimum two (2) relevant past performance experiences covering the past five (5) years for each of the functional area of the Statement of Work (SOW) and include the following information: (1)Highlight relevant contract work performed for the functional areas outlined in the Statement of Work (2) Contract number, (3) Contract type, (4) Dollar value of each contract, (5) Number of employees and (6) Customer point of contact address, current phone number and current e-mail address. To facilitate a prompt review, a one-page summary shall be included with your Capability Statement which shall identify your company's specific capabilities that are relevant to, and reflect the magnitude of, these requirements. The one-page summary will not count against the 12-page limit. The one-page summary shall include: (1) Company's name, address, primary POC and telephone number, (2) Size of business; (3) Company's average annual revenues for the past three (3) years and total number of employees; (4) Ownership; (5) Number of years in business; (6) Company's Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Women-owned, Veteran Owned, Service Disabled Veteran, Historically Black Colleges and Universities/Minority Institutions, HUB Zone business); (7) Affiliate information: parent company, joint venture partner(s), potential teaming partner(s), prime contractor (if potential sub) or subcontractors (if potential prime); and point of contact position, address and phone number; (8) Applicable NAICS Code(s); and (9) DUNS number and CAGE Code (for prime and subcontractor/teaming partners). The attached Statement of Work will not count against the 12 count page limit. Table 1.0 shall be used to annotate whether your company is capable of meeting the requirements as identified in the table. It is not sufficient to provide only general brochures or generic information. Responses shall include the company's specific area of interest in this acquisition as being either a potential prime contractor or subcontractor. Technical questions should be directed to: Natalie Spivey at natalie.d.spivey@nasa.gov. Procurement- related questions should be directed to: Shari Trigg at shari.c.trigg@nasa.gov The requirement is considered a commercial service. A commercial item is defined in Federal Acquisition Regulation (FAR) 2.101. This Sources Sought 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. All responses shall be submitted to Shari Trigg at shari.c.trigg@nasa.gov no later than 5/3/2016, 4:00 P.M. (PT). Please reference NND16AA42Z in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16AA42Z/listing.html)
- Place of Performance
- Address: NASA Armstrong Flight Research Center, Edwards, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04088097-W 20160421/160419234145-f8ab97afb38b41fb79946d544f643819 (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 |