Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2017 FBO #5858
SOURCES SOUGHT

V -- West Coast Commercial Payload Processing – 3 (WCCPP-3)

Notice Date
12/5/2017
 
Notice Type
Sources Sought
 
NAICS
#336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
RFI-WCCPP-3
 
Archive Date
12/30/2017
 
Point of Contact
Maile T. Krienke, Phone: 3218672556, Louis Frederick Patalano, Phone: 3218672252
 
E-Mail Address
maile.t.krienke@nasa.gov, louis.f.patalano@nasa.gov
(maile.t.krienke@nasa.gov, louis.f.patalano@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is seeking capability statements from all interested parties, including Small Businesses (SBs), 8(a) participants, Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), Veteran Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Historically Underutilized Business Zone concerns (HUBZone), and Historically Black Colleges and Universities (HBCUs)/Minority Serving Institutions (MSIs) for the purposes of determining the appropriate level of competition and/or small business and HBCU/MSI subcontracting goals for West Coast Commercial Payload Processing support. The Government reserves the right to consider a SB, 8(a), WOSB, VOSB, SDVOSB, HBCU/MSI, or HUBZone business set-aside based on responses hereto. The NASA/KSC requirements include the following: Commercial payload processing support for West Coast payloads launching on Expendable Launch Vehicles. The anticipated ordering period for these services will be August 2018 through August 2023, for launches approximately one year later. The missions are scheduled for prelaunch processing at or near Vandenberg Air Force Base, California. The effort will include providing a range of services and processing capabilities, including but not limited to the following: advanced planning, facilities, supplies, commodities, and services necessary for the Spacecraft Users and Launch Service Contractors to perform prelaunch processing of spacecraft(s) with or without a third stage and/or payload adapter, and encapsulation/transport of the completed payload stacks to the Launch Complex. After initial pre-launch processing in the commercial payload processing facility, the payload is then transported to the launch complex, mated to the launch vehicle, and launched. Detailed requirements will be developed for each spacecraft to specify the exact facility capability, equipment, and manpower support required. Payload processing generally begins three months prior to the launch date. It is anticipated that Payload Processing Task Orders (PPTO) for each mission will be awarded 16 months prior to launch. The Occupancy Period is dependent upon the mission-specific requirements as set forth in the PPTO but generally ranges between 10 to 14 weeks in duration from the Initial Facility Occupancy date through the Facility Departure Date, which is generally 7 days after the launch. The North American Industry Classification System (NAICS) code for this procurement is 336419, Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing with a size standard of 1,000 employees. 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 NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors are requested to submit information in the form of a brief Capabilities and Qualifications Statement that (1) addresses all of the areas identified above and (2) includes a summary of relevant past experience. Capabilities and Qualifications Statements shall not exceed 5 pages. Responses must include the following: name and address of firm, Commercial and Government Entity (CAGE) code and/or Data Universal Numbering System (DUNS) number, size of business, category of small business concern (if applicable); average annual revenue for past 3 years and number of employees; ownership; 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); and, list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number). The requirement is considered a commercial item as defined in FAR 2.101. This synopsis is for information and planning purposes only 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 via email to Maile Krienke at maile.t.krienke@nasa.gov no later than 4:30 p.m. Eastern Time on December 15, 2017. Please reference "WCCPP-3 Sources Sought Notice" in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/RFI-WCCPP-3/listing.html)
 
Place of Performance
Address: Vandenberg Air Force Base, California, 93437, United States
Zip Code: 93437
 
Record
SN04757248-W 20171207/171205231350-38902ad755e33197bb219ed1af18a948 (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.