Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2024 SAM #8181
SOURCES SOUGHT

A -- Mechanical and Composite Hardware Fabrication Support Services 2 (MCHFSS 2)

Notice Date
4/19/2024 10:26:36 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
MCHFSS2_SourcesSought
 
Response Due
5/6/2024 2:00:00 PM
 
Archive Date
05/21/2024
 
Point of Contact
Michael J Miltner, Daphne Darden
 
E-Mail Address
larc-mchfss2@mail.nasa.gov, larc-mchfss2@mail.nasa.gov
(larc-mchfss2@mail.nasa.gov, larc-mchfss2@mail.nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The National Aeronautics and Space Administration/Langley Research Center (NASA/LaRC) is hereby requesting information from potential sources for the Mechanical and Composite Hardware Fabrication Support Services (MCHFSS) follow-on procurement.�LaRC 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. It is intended to provide industry the opportunity to verify and provide input regarding the reasonableness and feasibility of the current contract structure and SOW requirements. In addition, input from interested sources (both primes and subcontractors) will allow NASA/LaRC to assess the capabilities of industry to meet the MCHFSS 2 requirements, foster partnering among interested firms, and to promote competition. The result of this market research will contribute to determining the type and method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing Services; under this NAICS code the small business size standard is 1,250 employees. As part of NASA/LaRC�s efforts, this sources sought notice is issued to identify interested sources (prime and subcontractors) and to seek capability statements from interested firms to identify sources capable of satisfying NASA/LaRC�s requirements.� This includes 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.� This information will be considered for the purposes of determining the appropriate level of competition and/or small business and HBCU/MSI subcontracting goals for MCHFSS 2. 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 current MCHFSS contract is a Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year period of performance, ending on March 30, 2025. The contract supports NASA/LaRC in the areas of design and fabrication of research-oriented, one-of�a-kind flight test articles and assemblies including, but not limited to, ground support equipment, aircraft, spaceflight, laboratory, science, research facilities and instrumentation requirements in Government-provided facilities on-site at NASA LaRC. These services shall encompass functional fabrication work areas with support services provided for: Mechanical Fabrication and Composite Fabrication of research-oriented hardware. Also posted with this notice, as Attachment 1, is a recent version of the current MCHFSS Performance Work Statement (PWS) provided for information purposes only and a reflection of services anticipated for the follow-on procurement. Interested firms having the required capabilities to meet the MCHFSS 2 requirements described herein are provided the opportunity to answer the Questions for Industry found on Attachment 2. Please follow all instructions listed on Attachment 2. Estimated award date for this contract is on/about March 1, 2025. 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. With the exception of the Interested Sources List that the government does intend to post on sam.gov unless a firm indicates otherwise, NASA/LaRC will not affirmatively release any information received in response to this RFI/SS to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI/SS that is marked as �Confidential Commercial or Financial Information� will be considered as voluntarily submitted in accordance with the Freedom of Information Act. No solicitation exists; therefore, do not request a copy of a solicitation. If additional information is released it will be available on www.sam.gov. It is the interested firm�s responsibility to monitor this website for the release of information, synopsis, and/or solicitation. Potential offerors will be responsible for downloading their own copy of all information.� Interested firms are encouraged to select �Follow� in SAM.GOV for the posting of this acquisition/procurement to receive updates and changes. All responses should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/SS. NASA will not pay for any information solicited under this RFI/SS. Although NASA LaRC will consider all information provided by potential sources, respondents will not be notified of the results of the review. Responses shall be submitted in writing, via email, to Michael J. Miltner at LaRC-MCHFSS2@mail.nasa.gov. Please reference �MCHFSS 2 RFI-SS� in any response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ba6fa5003e04ae19838ea007d539c3e/view)
 
Place of Performance
Address: Hampton, VA 23666, USA
Zip Code: 23666
Country: USA
 
Record
SN07037002-F 20240421/240419230048 (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.