SOURCES SOUGHT
99 -- BIOMEDICAL, CREW, AND THERMAL HARDWARE
- Notice Date
- 7/7/2003
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
- ZIP Code
- 00000
- Solicitation Number
- 9-BH13-93-03-16P
- Response Due
- 7/21/2003
- Archive Date
- 7/7/2004
- Point of Contact
- Michael D. Ballard, Contract Specialist, Phone (281) 244-5350, Fax (281) 244-5331, Email michael.d.ballard@nasa.gov - Michael J Lonchambon, Contracting Officer, Phone (281) 244-5151, Fax (281) 244-5331, Email michael.j.lonchambon@nasa.gov
- E-Mail Address
-
Email your questions to Michael D. Ballard
(michael.d.ballard@nasa.gov)
- Description
- NASA/JSC is hereby soliciting information from potential offerors including Small Businesses (SBs), Small Disadvantaged Businesses (SDBs), 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs) that are potential sources for the Biomedical, Crew, and Thermal Hardware Contract. The Biomedical, Crew, and Thermal Hardware Contract will require analysis, design, development, fabrication, test, certification, provisioning, and delivery of Biomedical, Crew and Thermal Hardware. Sustaining engineering of existing and new hardware will also be required. Types of hardware may include: ? Equipment for spacecraft and space suit environmental control/life support systems (ECLSS), ? Equipment for active thermal control systems (ATCS), ? Crew equipment for extravehicular activity (EVA) ? Crew equipment for space craft internal vehicular activity (IVA) ? Crew health care equipment ? Biomedical hardware No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. 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, SB, SDB, 8(a), HUBZone, WOSB, VOSB, SDVOSB and or HBCU/MI; 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). Technical and Procurement questions should be directed to the identified point of contact listed below. The Government does not intend to acquire commercial items per FAR Part 12. 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. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to the identified point of contact no later than July 21, 2003 via mail or electronic transmission. Please reference 9-BH13-93-03-16P in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#106410)
- Record
- SN00365388-W 20030709/030707213847 (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 |