Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
SOURCES SOUGHT

C -- SAMPLE HANDLING FOR IN SITU GEOCHRONOLOGY INSTRUMENT MATURATION

Notice Date
5/9/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
NNM16ZPS004L
 
Point of Contact
Jennifer B. McCaghren, Phone: (256) 961-7454
 
E-Mail Address
jennifer.b.mccaghren@nasa.gov
(jennifer.b.mccaghren@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) invites you to submit a response to this Request for Information (RFI) to assist NASA's Marshall Space Flight Center (MSFC) in its National Space Science Technology Center Research Facility (NSSTC) acquisition planning. NASA MSFC is seeking information from interested parties regarding engineering services and hardware development for a sample handling subsystem to be incorporated into a proof-of-concept activity for an in situ dating instrument. The activity is being proposed under the Maturation of Instruments for Solar System Exploration (MatISSE) Program, which supports the advanced development of spacecraft-based instruments in support of the Science Mission Directorate's (SMD) Planetary Science Division. NASA/MSFC envisions a teaming agreement where an industrial partner will act as the sample handling subsystem contractor, responsible for management and engineering services related to design and development of a subsystem to introduce samples from the planetary environment into a vessel where the sample will undergo analyses by science instruments. The partner will provide subsystem design and requirements, non-flight hardware assembly, integration and testing, and coordination with the NASA PI for integration of the subsystem into the instrument test. The industry partner will be responsible for providing designs, schedules and cost estimate inputs for the planned work as part of proposal development. The industrial partner will provide direct inputs into the MSFC proposal in response to the AO. NASA/MSFC does not intend to reimburse the industrial partner for costs associated with these inputs. Responses to this RFI are solicited from both instrument and payload development contractors having experience as discussed in this RFI. NASA/MSFC intends to use the responses to this RFI to select a single industrial partner from the responders to this request. A selected partner may be provided with competition sensitive requirements for flight hardware and ground support equipment and asked to participate in a proposal development activity, producing information on their approach to meeting the particular requirements. If the NASA Principle Investigator (PI) proposal is selected, the partner would then perform as the sample handling subsystem lead. Interested parties are to provide information on their experience developing sample-handling systems for planetary missions, design, fabrication, and test of flight hardware, leading or participating in multi-organizational teams, and meeting cost and schedule milestones on previous flight projects. Limit responses to no more than 5 pages (cover page not included in page count). If the NASA Principal Investigator (PI) is selected and the industry partner proposed in that investigation meets the guidelines of NASA FAR Supplement 1872.502(a)(3)(i) through (III) for award without further competition, then NASA/MSFC intends to award a contract to the industry partner. This is a RFI only and does not constitute a commitment, implied or otherwise, that NASA will take procurement action in this matter. Further, neither NASA nor the Government will be responsible for any cost incurred in furnishing this information. Instructions for Responding to this RFI: All responses to this RFI must be in the form of a PDF document submitted in electronic form via email to Jennifer McCaghren at jennifer.b.mccaghren@nasa.gov. The body of the email message should identify and provide the name, institutional or organizational affiliation, address, telephone number and email address of the primary point-of-contact for the response. The PDF response should contain the following information: •Description of experience developing sample- handling systems for planetary missions; •Description of relevant experience in spaceflight hardware design, fabrication, and test; •Experience leading or participating in multi-organizational project teams •Description of cost and schedule performance on previous flight projects or related technology developments •Identification of other key institutions, companies and individuals who would be collaborating as part of the Partner's team Responses must be received by the due date specified above, shall use 12-pt font or larger, and should not exceed ten (10) pages in length (cover page not included in page count). Only material suitable for full and open distribution shall be submitted and submittals shall be considered approved by the providing organization to be suitable for full and open distribution. Responders shall not submit proprietary information, export controlled information (including EAR and ITAR restricted information), nor confidential information in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. No solicitation exists; therefore, do not request a copy of this solicitation. If a solicitation is released, it will be synopsized in FedBizOpps.gov. It is the offeror's responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d96b0d23e1bb7aa69ac08cae28025fc9)
 
Place of Performance
Address: TBD, United States
 
Record
SN04109958-W 20160511/160509234321-d96b0d23e1bb7aa69ac08cae28025fc9 (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.