Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOURCES SOUGHT

R -- SAFETY AND MISSION ASSURANCE SUPPORT SERVICES

Notice Date
6/15/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK07205192L
 
Response Due
7/2/2007
 
Archive Date
6/15/2008
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC is hereby soliciting information about potential sources that are capable of providing assurance, engineering, and risk assessment in the disciplines of safety, reliability and quality assurance for KSC Projects and Programs. The primary purpose of KSC Safety and Mission Assurance (SA) is to ensure operations at KSC responsible sites are conducted in a manner which will achieve mission safety and success. In order to support SA?s efforts in ensuring operations at KSC are conducted in a manner which will achieve mission safety and success, contractor support is needed to assist in performing risk assessments, inspections, investigations, analyses, evaluations of work performed by other contractors and other NASA organizations, and maintaining applications/databases of S&MA related activities. Historically, SA has relied on the following skill sets for support: Safety engineers, reliability engineers, quality engineers, software assurance engineers, mission assurance engineers, safety specialists, quality assurance specialists and technical/administrative specialists. 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. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit a capability statement of 10 pages or less indicating their ability to perform all aspects of the effort described herein. 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, 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 five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: James Terry Willingham at Terry.Willingham-1@nasa.gov. Procurement related questions should be directed to: Marcus Orr at Marcus.C.Orr@nasa.gov. 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 electronically to the following email address: Marcus.C.Orr@nasa.gov. Responses must be received by July 2, 2007, not later than 1700 Eastern Time. The submission shall be prepared in either PDF or Microsoft Office 2000 or greater. The submitted file cannot exceed 3 megabytes. PLEASE INCLUDE THE REFERENCE NUMBER IN THE SUBJECT LINE OF THE SUBMITTED FILE. 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=76#125302)
 
Record
SN01320553-W 20070617/070615224333 (fbodaily.com)
 
Source
FedBizOpps 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.