Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

C -- Environmental Test and Integration Services (ETIS) IV

Notice Date
5/25/2023 1:47:52 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
ETISIV23EW
 
Response Due
6/14/2023 12:00:00 PM
 
Point of Contact
Eboni N. Washington
 
E-Mail Address
eboni.n.washington@nasa.gov
(eboni.n.washington@nasa.gov)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. NASA/Goddard Space Flight Center (GSFC) is hereby soliciting information from potential sources for the Environmental Test and Integration Services (ETIS) IV Procurement. The National Aeronautics and Space Administration (NASA) GSFC 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), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the Environment Test and Integration Services (ETIS) IV Procurement.� 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. The GSFC Environmental Test and Integration facilities are managed by the Engineering and Technology Directorate�s Mechanical Systems Division to provide environmental test capability that ensures spacecraft and flight experiments will withstand the rigors of launch and will operate properly in the space environment. Other technical facilities managed by a variety of GSFC organizational codes provide a full spectrum of technology and flight mission development capabilities. In addition to operations, these technical facilities have on-going goals of advancing the state-of-the-art in the development of improved space flight systems. The GSFC Environmental Test and Integration Facilities are one of the most complete and comprehensive complexes within the United States Government. The scope of these services includes the following: Operation, maintenance, and upgrade of environmental test equipment and facilities located in the GSFC Building 7/10/15/29 complex, Area 300 Magnetic Test Site and other technical facilities located at various locations within GSFC including the manufacturing and electroplating equipment and facilities primarily located in GSFC Building 5/10/21 shops Mechanical and optical integration of spacecraft, flight experiment components, instruments, sub-assemblies and systems Fabricate, manufacture, and assembly of custom spacecraft, flight experiment components, instruments, sub-assemblies and systems Design, manufacture, and operation of ground handling equipment and fixtures Design, manufacture, and operation of optical alignment and calibration systems Design, manufacture, and installation of space flight thermal blankets Design, manufacture and installation of space flight and ground support system cable harnesses Design, manufacture, and installation of technical facilities including buildings, building elements, utility systems, and technical equipment and systems Define, analyze, and resolve electromagnetic radiation issues relating to facility and satellite ground support equipment operation within the test complex. Support spectrum signature analysis to insure interference-free and safe operation of all facility-located near electromagnetic wave sensing devices. Test and Integration Engineering and engineering analysis Cleanroom operation and maintenance Contamination control services using qualified and experienced personnel Maintenance and operation of certain physical plant systems such as processed water, emergency power, LN2/GN2 storage systems, conditioned cleanroom air HVAC and humidity systems Facility and operations safety Data acquisition and analysis system development and management. The following management functions are required to support on-site operation and administration of the required services: Executive and supervisory management Management for facility improvements and Environmental Project Engineering Cost control and contract administration Human resources Equipment and property control Configuration control No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than 25 pages (8.5""x 11"", using not smaller than 12-point Arial font) indicating the ability to perform all aspects of the effort.� A one-page summary shall be included with the capability statement(s), which identifies the company's specific capabilities that are relevant to the requirement. In addition, the summary should also include the following: Name and address of company, average annual revenue for past 5 years, number of employees, type of business ownership (i.e., Large Business, Small Business, Women-Owned Small Business, Small Disadvantaged Business, 8(a) Business, HUBZone, Service-Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business), affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), and location of the business. The one-page summary page will not count against the maximum page limit. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. Additionally, in support of the Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government, NASA is seeking to advance equity or remove barriers for members of underserved communities related to this requirement. As defined in the EO, Underserved Communities refers to populations sharing a particular characteristic, as well as geographic communities, that have been systematically denied a full opportunity to participate in aspects of economic, social, and civic life, as exemplified by the list in the preceding definition of ""equity."" Equity means the consistent and systematic fair, just, and impartial treatment of all individuals, including individuals who belong to underserved communities that have been denied such treatment, such as Black, Latino, and Indigenous and Native American persons, Asian Americans and Pacific Islanders and other persons of color; members of religious minorities; lesbian, gay, bisexual, transgender, and queer (LGBTQ+) persons; persons with disabilities; persons who live in rural areas; and persons otherwise adversely affected by persistent poverty or inequality. NASA seeks input in the following areas: 1. To support the requirements identified in this request for information (RFI)/sources sought notification, what barriers or opportunities exist to engage subject matter experts from industry and academia and how can those barriers be overcome? How can underserved communities be leveraged? 2. To support the requirements identified in this RFI, what barriers or opportunities exist to partner with subcontractors that employ members of underserved communities, as defined above? 3. What other recommendations would you make to enhance diversity and inclusion? 4. What should be considered to encourage full participation and contribution of organizations and individuals (e.g., outreach efforts and innovative partnerships) in performance of this requirement?� � � � � �� All responses shall be submitted electronically via email to Eboni Washington, Eboni.N.Washington@nasa.gov, no later than June 14, 2023, by 3pm EST.� Please reference ETISIV23EW in any response. 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.� Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37d9714cfa284218befee00809cde745/view)
 
Place of Performance
Address: Greenbelt, MD 20771, USA
Zip Code: 20771
Country: USA
 
Record
SN06695457-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.