Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOURCES SOUGHT

J -- CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) Sources Sought Synopsis/RFI

Notice Date
5/11/2021 8:09:39 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC021CHARLES
 
Response Due
6/1/2021 3:00:00 PM
 
Archive Date
05/11/2023
 
Point of Contact
Darrell R. Compton, Phone: 2817926162, Alice Pursell, Phone: 281.483.9027
 
E-Mail Address
darrell.r.compton@nasa.gov, alice.j.pursell@nasa.gov
(darrell.r.compton@nasa.gov, alice.j.pursell@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
CHARLES SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION Background: The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) Flight Operations Directorate (FOD) is hereby soliciting information from potential sources for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation. JSC is issuing this Sources Sought Synopsis/Request For Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for planning, training, and flying aviation and human space flight missions. NASA JSC is planning to procure CHARLES support for NASA JSC; Langley Research Center (LaRC); Goddard Space Flight Center, Wallops Flight Facility (WFF),other remote sites, domestic and foreign, including other NASA Centers and Government agencies where services are required. �This will be a follow on to JSC�s current Aircraft maintenance, Logistics, Integration, Configuration management and Engineering (ALICE) contract. This Sources Sought Synopsis/RFI is to assess capabilities and gather information to assist in procurement strategy for the potential CHARLES procurement. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is, Other Support Activities for Air Transportation, with a size standard of $35M. Small Business Sources Sought Request: NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small 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 the CHARLES solicitation.�� The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. CHARLES Description: CHARLES will include support for aircraft at JSC based at Ellington Field in Houston and at El Paso, Texas? Langley Research Center (LaRC), Hampton, Virginia? Goddard Space Flight Center, Wallops Flight Facility (WFF), Wallops, Virginia; and other remote sites, domestic and foreign, where services are required. The proposed services will include flight operations, maintenance, repairs, alterations and engineering services for a variety of airframes, engines, appliances and support equipment at the various locations. There will also be unique services, which include three-tiered aircraft maintenance (operational, intermediate, and depot) on the NASA T38 fleet, the WB57F fleet, Gulfstream Aircraft, and the Airbus Industries Super Guppy Transport. Additionally, the WB57 and the Super Guppy require complete supply chain maintenance. LaRC�s aircraft include the Beechcraft King Air B200, Beechcraft UC-12B Huron, Cessna 206, Cirrus SR-22, HU-25 Falcon Jet, Lanier Columbia LC-40, and Gulfstream III C-20B. The WFF�s aircraft include the P-3 Orion, C-130 Hercules, Beechcraft King Air B200, and C-23 Sherpa. CHARLES requirements may include, but are not limited, to services such as: 1. Maintenance/production control 2. Aircraft logs and records (configuration management) 3. Quality control and inspection 4. Logistics 5. Aircraft engineering 6. Support shops (electric, hydraulic, sheet metal, ground support equipment) 7. Workforce management (training and safety) 8. Flightline services (aircraft servicing, launch/recovery, maintenance) 9. Flight crews including test directors, pilots, flight engineers, load masters, etc. 10. Contract management 11. Capability to provide construction services either directly or through subcontracting 12. Engines (GE J85 engine overhaul) 13. Airframes (T38, WB57, and Super Guppy) 14. Egress systems 15. Avionics 16. Aviation life support systems (parachutes, high altitude pressure suits, etc.) 17. Nondestructive inspection/examination (NDI/NDE) The pertinent contract information for the current contract is as follows: Current Contractor: Yulista Tactical Services, Inc. Contract Number:� 80JSC018D0002, Estimated Contract Value:� Approximately $250M Contract Expiration Date:� February 28, 2023 Capability Statement: Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than exceed fifteen pages, using no less than 12 point Times New Roman font indicating the ability to perform all aspects of the effort. 1) Organization name, address, email address, Web site address, telephone number, DUNS number, and size and type (large, small, women-owned�) of ownership for the organization, and the number of years in business. 2) Your company�s ability to perform each of the services listed above. 3) If subcontracting or joint venture is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors. Responses shall include the following: Name and address of firm Ownership Whether the firm is an other than small business, SB, SDB, HUBZone, EDWOSB, VOSB, and SDVOSB, HBCU/MI and/or 8a. Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) If this contract is not set aside how can NASA design/structure the contract to ensure that small business goals are met or exceeded? All interested companies having the capabilities to perform any of the activities described in this RFI should submit a capability statement that demonstrates your capabilities. All small business must demonstrate their capability to perform at a minimum 51% of the activities with their own work force and also discuss how they would support the other efforts. Please identify any known subcontractors and what would be the proposed work they would perform. A list of customers covering the past five years, highlight: Relevant work performed Contract numbers � prime or subcontractor Contract type Dollar value of each procurement Point of contact � address and phone number. If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at�http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Please note: due to the nature of this work, this procurement is considered to be noncommercial. The work will be in support of specialized military aircrafts operated by NASA that are maintained in accordance with Department of Defense controlled documentation and logistics, which is considered noncommercial. A commercial item is defined in FAR 2.101. Submission Instructions: 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 and on the CHARLES website. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. 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. Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by 5:00 p.m. CST on the date June 1, 2021. All responses under this Sources Sought Notice/RFI must be emailed to alice.j.pursell@nasa.gov and darrell.r.compton@nasa.gov. Please reference 80JSC021CHARLES in any response. An Interested Vendors List is enabled within this posting.� This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the �Add Me to Interested Vendors� button.� If a vendor would like to be removed from the Interested Vendors List, use the �Remove Me from Interested Vendors� button. It is the potential offeror�s responsibility to monitor this site for the release of any solicitation or synopsis. Additionally, please refer to the CHARLES website at: https://procurement.jsc.nasa.gov/charles/ for updates and additional information regarding this procurement: If you have any questions concerning this opportunity, please contact: alice.j.pursell@nasa.gov or darrell.r.compton@nasa.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/037e30496bd347cd835d4bfbfe41dfc7/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN05998776-F 20210513/210511230101 (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 |
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.