Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOURCES SOUGHT

V -- AIRCRAFT SUPPORT TO DEPLOY SENSING INSTRUMENTS

Notice Date
7/15/2005
 
Notice Type
Sources Sought
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
1-LCT-Aircraft-Support-4200117524
 
Response Due
8/10/2005
 
Archive Date
7/15/2006
 
Description
NASA/LaRC is hereby soliciting information (i.e. conducting Market Research) about potential sources for leasing aircraft on an as-needed-basis to deploy various sensing instruments for testing. Attachment 1, Statement of Need, describes the required and desirable aircraft and support service capabilities. References to NPR 7900.3A and LAPD contained in Attachment 1 are provided as Attachments 2 and 3 respectively. NOTE: LaRC is not seeking passenger or package delivery service. NASA/LaRC is contemplating a 5-year, multiple award, Indefinite Delivery / Indefinite Quantity (IDIQ) type purchase order using Federal Acquisition Regulation (FAR) 13 procedures. Depending upon the number of capable offerors, LaRC may decide to award up to 4 purchase orders. Task orders would then be competed among the successful contractors with some exceptions as authorized by FAR 16.505 (b). 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. Interested offerors/vendors having the required specialized capabilities to meet the minimum requirements described in Attachment 1, should submit a capability statement of no more than 15 pages. As a minimum, the capability statement should: 1. Describe aircraft technical capabilities relative to those identified in Attachment 1 (include pictures and techncial specifications if available); 2. Describe available technical, logistical, and facility support services relative to Attachment 1; 3. Confirm whether or not offeror is capable of complying with NPR 7900.3A and LAPD 1710.1; 4. Explain the type of post-mission flight data available to LaRC (see Attachment 1, para 5.7); 5. Identify any recommended industry-standard/commercial practices, terms and conditions or comments pertaining to Attachment 1 that may improve or enhance the desired services. The government may incorporate such recommendations into any resulting statement of work or solicitation; 6. Provide any comments on the proposed pricing schedule (provided as Attachment 4) which LaRC has used for similar procurements. Responses must also include the following: name and address of firm, size of business (the size standard for NAICS code 481212 is 500 employees); average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 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 three 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 related questions should be directed via email to: Mr. Lionel Nadeau and copy to Ms Terri Williams. When submitting questions or capabilities statement, respondents must include the reference: 1-LCT-Aircraft-Support-4200117524 in the "Subject" block of the email to ensure correct processing. All responses shall be submitted to Lionel Nadeau (and copy to Terri Williams) no later than August 10, 2005. Respondents to this notice are advised that any solicitation arising from this Market Research will include FAR 52.204-7 Central Contractor Registration. Accordingly, only vendors registered in Central Contractor Registration (CCR) will be eligible for award. Therefore, respondents should confirm whether or not their firm is, in fact, registered in CCR and that the information is accurate - particularly address and business size status. The web site for CCR is: http://www.ccr.gov Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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. 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=23#116366)
 
Record
SN00848685-W 20050717/050715212812 (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.