SOURCES SOUGHT
A -- Advanced Space Suit Laboratory Support
- Notice Date
- 11/25/2019 8:11:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC0ASSLS
- Response Due
- 12/2/2019 2:30:00 PM
- Archive Date
- 12/17/2019
- Point of Contact
- Kelsey Klinger, Shine Lin
- E-Mail Address
-
kelsey.j.klinger@nasa.gov, shine.lin@nasa.gov
(kelsey.j.klinger@nasa.gov, shine.lin@nasa.gov)
- Description
- NASA/Johnson Space Center (JSC) is hereby soliciting information about potential sources for Advanced Space Suit Laboratory Support.The JSC Space Suit and Crew Survival Systems Branch requires technicians and engineers to maintain the existing, NASA-owned advanced space suit components and assemblies; maintain the laboratories and support hardware for both the Advanced Suit Laboratory (ASL) and the Exploration Pressure Garment Subsystem (xPGS) Flight Processing Laboratory; support prototype Extravehicular Activity (EVA) systems hardware components, support elements, and functional and low-fidelity mockups and/or softgoods items, as required, for use in manned suited test activities; support the development, testing, training, and flight processing in the xPGS Flight Processing Laboratory for the International Space Station (ISS) demonstration of advanced space suit technologies. The technicians and engineers will be required to also support test activities involving one or more of the existing NASA-owned legacy suits, manned and unmanned, and are responsible for resolving any real-time issues with the suit hardware (e.g., sizing, hardware interfaces, cooling/breathing/communications hardware, etc.) as required. Test activities include basic suit and glove hardware interface tests, subject fit-checks, and full-scale suited runs with multiple test subjects at any suit compatible test facility or analog to include, but not limited to the Active Response Gravity Offload System (ARGOS) in the Space Vehicle Mock-up Facility, the Planetary Analog Test Site, the Neutral Buoyancy Laboratory, the Reduced Gravity Aircraft, the Space Suit Systems Laboratory, and human-rated vacuum and thermal/vacuum chambers.The technicians and engineers shall also provide operational support, engineering expertise and perform all required maintenance, inspections, and calibrations, certifications and test for all hardware and softgoods in the ASL, and the xPGS Flight Hardware Processing Laboratory, as needed. All work will comply with JSC Safety, Health, and Environmental policies. Prior experience with space suit components and assemblies, prototype EVA components/mockups, and/or advanced space suit technologies is required to meet the aggressive schedule of “Boots on the Moon 2024.”The National Aeronautics and Space Administration (NASA) JSC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Advanced Space Suit Laboratory Support. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on beta.SAM.gov. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of 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); 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). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.This synopsis 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Shine Lin at shine.lin@nasa.gov, and Kelsey Klinger at kelsey.j.klinger@nasa.gov, no later than December 2nd, 2019 4:30PM CT. Please reference 80JSC0ASSLS in any response.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ddbd097f0f3a4d3dad7bb8aed7b6ac37/view)
- Place of Performance
- Address: 35000, TX 77058, USA
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN05503371-F 20191127/191125230300 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |