Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
SOLICITATION NOTICE

M -- AEROSPACE TESTING AND FACILITIES OPERATIONS AND MAINTENANCE

Notice Date
5/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFP2-38115-RRG
 
Archive Date
5/29/2003
 
Point of Contact
Ronnee R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-4357, Email rgonzalez@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Ronnee R. Gonzalez
(rgonzalez@mail.arc.nasa.gov)
 
Description
AEROSPACE TESTING AND FACILITIES OPERATIONS/MAINTENANCE CONTRACT ------------------------------------------------------------- Description NASA/ARC plans to issue a Request for Proposal (RFP) to provide the testing, operation, and maintenance of the Wind Tunnel, Space Transportation, and associated support Facilities at NASA/Ames Research Center. These facilities include but are not limited to: Subsonic Wind Tunnels, Pressure Wind Tunnels, Transonic Wind Tunnels, Ballistic Range Complex, Arcjet Complex, and the Fluid Mechanics Laboratory. These facilities are national aerospace test facilities utilized by NASA, private industry, universities, DOD, and other government agencies. The services required include, but are not limited to: management, engineering technicians (including testing, mechanical, electrical, electronics, controls, instrumentation, operations, maintenance, system and application software development and verification), systems administration, data systems support, administrative, and clerical. Recent requirements reflect approximately 200,000 to 300,000 direct labor hours per year for up to five years for these facilities. The Government is contemplating the award of a performance-based, completion form contract that is a hybrid Cost-Plus-Incentive-Fee (CPIF)/Cost-Plus-Award-Fee (CPAF)/Award Term(AT) Contract with a basic period of five years, with a two-year base period, one one-year option period, and one two-year option period. Additionally, five one-year award term periods may be awarded making the period of performance last up to 10 years. All contract effort will be accomplished by means of Task Orders. The NAICS Code and Size Standard are 561210 and $6M, respectively. The DPAS rating for this procurement is DO-C9. The small business goals that will be incorporated into the contract are to be determined, but will include the following categories: Small Business Concerns; Small Disadvantaged Business (SDB) Concerns; Woman-Owned Small Business (WOSB) Concerns; HUBZone Small Business Concerns; Veteran-Owned Small Business Concerns; Historically Black Colleges and Universities (HBCU) (includes other minority Institutions); Veteran-Owned Business Concerns; Service Disabled Veteran-Owned Business Concerns. NASA Ames Research Center plans to release a draft acquisition plan in September 2002 via the ARC Business Opportunities homepage. The draft acquisition plan will allow approximately 3 weeks for industry to comment or ask questions concerning any aspect of the acquisition. A draft RFP may also be released on or about December 2002. The release of the draft RFP will allow approximately thirty days for industry to comment or ask questions concerning any aspect of the solicitation, including the structure of the entire RFP. After all comments are received, the RFP may be revised and should be formally released to industry in February 2003 with proposals due approximately 30 to 45 days later. Past Performance data will be requested to be submitted two weeks prior to the anticipated proposal due date. These dates are preliminary and specific dates will be included with the documents when they are released. The Government anticipates that contract performance, after a Phase-In period, will begin November 1, 2003. All responsible sources may submit, in writing, their company name, address, point of contact, phone, and email address for an Interested Parties list to be published on the NASA/ARC Business Opportunities homepage. NO PROPOSAL IS REQUESTED AT THIS TIME. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The DPAS rating for this procurement is DO-C3. An ombudsman has been appointed --See Note "B." The solicitation and any documents (including periodic status, responses to questions, and updated Interested Parties list) related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL, of the NASA/ARC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=21 Prospective offerors shall notify this office in writing, of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Hard copies may be obtained from the identified point of contact. However, the closing date for the hard copy shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#101670)
 
Record
SN00084838-W 20020531/020529213349 (fbodaily.com)
 
Source
FedBizOpps.gov 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.