SOLICITATION NOTICE
M -- AIRCRAFT AND AIRFIELD RELATED SERVICES
- Notice Date
- 5/28/2008
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- Aircraft_and_Airfield-Request-for-Information
- Response Due
- 6/18/2008
- Archive Date
- 5/28/2009
- Point of Contact
- Veronica Llamas, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932
- E-Mail Address
-
veronica.llamas-1@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- NASA/ARC is herby soliciting information about potential sources for providingaircraft operations and maintenance and research systems related aircraft modification atAmes Research Center and operation of the Moffett Field. These services will supportresearch, technical investigations, scientific studies, airworthiness activities, flightoperations and safe and efficient operation of the Federal Airfield. The servicesrequired involve the following technical areas: mechanical systems,electrical/electronics systems, instrumentation, software and data systems.This procurement is a follow-on requirement for Aircraft and Airfield Related Services. The work will be performed at Ames Research Center (ARC), Moffett Field. In thissynopsis, NASA ARC is soliciting information about potential sources for the aboveservices. Part I. PURPOSE OF THIS SYNOPSIS1)To request information on capabilities of potential offerors to provide the servicesdescribed in the attached Draft Statement of Work in order to determine if this will be asmall business set-aside or a full and open competition. Information received as aresult of this notice will be considered by the Government and used for acquisitionplanning purposes only. An interested parties list will be posted.2)To request information from interested parties regarding their preferred contractingapproach, including contract type, to provide the services described in the attachedDraft SOW. Part II. SUMMARY OF PROPOSED WORK BACKGROUNDThe U.S. Army Aeroflightdynamics Directorate (AFDD) performs flight research onexperimental aircraft and the flight test evaluation of experimental subsystems andcomponents. Research and flight testing is performed mainly at the Moffett FederalAirfield, but may also occur at other test facilities and or airfields. AFDD maintainsairworthiness oversight of all aircraft assigned to the organization and the flightsafety and operational oversight of all flight research conducted by the U.S. Army andother authorized organizations / agencies aboard AFDD assigned aircraft. NASA Ames Research Center operates and maintains the Moffett Federal Airfield. TheAirfield Management Office, and Base Operations within it, has the oversight of the dayto day operations. Supported practices include: flight planning assistance for aircrews,limited transient aircraft support for arrivals and departures, flight schedules, anddeveloping and distributing local and distant notice to airmen (NOTAMs). Maintainingrunways, flight records of onsite NASA and U.S. Army personnel, and ground supportequipment (GSE) are also vital aspects of the operations success. Part III. RESPONSES REGRADING POTENTIAL SOURCES STATEMENT OF CAPABILITIESInterested Offerors having the required specialized capabilities/qualifications tosupport some or all the work described in the Draft SOW are asked to submit acapability/qualification statement of 10 PAGES or less. There is no required font sizeand/or type designated for this Capability/Qualification Statement. Figures, exhibits,and diagrams must be readable.Submit your responses electronically in PDF format. TheGovernment requests separate files for Statement of Capabilities and ContractingApproach responses. There is no limit on the page length to your responses to Part IV.RESPONSES REGARDING THE CONTRACTING APPROACH.The response to this Part III must include the following:1)Company name, address, point of contact, phone, fax, e-mail, and website (ifapplicable.) 2)Whether your company is Large business, Small business, Small Disadvantaged Business,8(a) set-aside small business, HUBZone small business, Woman-owned small business,Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business forNAICS code 488190 size standard $6.5M. 3)Your companys capability in each of the technical areas. For each technical area,indicate what percentage of the technical area you would perform. If you plan tosubcontract a portion of the effort please explain which portion, if any, you plan tosubcontract.4)A list of relevant work performed in the past five (5) years, including contract type,contract number, technical description, dollar amount, period of performance, and acustomer reference name and telephone number. The Government reserves the right to consider a small business set-aside based onresponses. Part IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA Aircraft and Airfieldprocurement that will enhance competition and provide business opportunities. Therefore,the Government is requesting feedback in the following areas for consideration duringacquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishingsubcontracting goals for Small Business, Service-Disabled Veteran-owned small business,Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business,Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZonesmall business. b)Use of Incentives: In an attempt to determine the appropriate contract type (contracttypes for consideration, alone or in a hybrid combination, include both Fixed-Price andCost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for thisparticular procurement, the Government is soliciting input from interested parties andasks that responses include information regarding why a particular contract type orcombination of contract types might be more appropriate (benefits and impediments), howthat proposed contract type would affect costs and how you would propose; as well asanswers to the following questions: 1) Performance incentives: Please provide your view regarding types of fee, options,and/or other appropriate incentives for contractor performance.2) In a mixed-team (Government / Contractor) environment, how would you propose tomeasure factors such as the technical/cost/schedule performance, risk mitigation,employee and asset safety and security, innovative best practices, quality of service tousers, responsiveness to changing requirements and budget, identifying opportunities fortechnical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement ofWork would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring,simplifications, and clarity in the Draft SOW's description of technical areas as well asother types of additional information that would improve understanding or clarity ofrequirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THECONTRACTING APPROACH. Part V. YOUR RESPONSES TO THE SYNOPSISAll responses to: 1) the Statement of Capabilities and shall be received no later thanWednesday, June 18, 2008 at 1:00 PM Local PST.Please respond via electronic mail(email) to the Contracting Officer, Veronica Llamas, at the following address: Veronica.Llamas-1@nasa.gov. Written questions should also be directed to the ContractingOfficer, Veronica Llamas, at the following address: Veronica.Llamas-1@nasa.gov. If anyinterested party requests confirmation of receipt, the Contracting Officer will confirmreceipt.In all responses, please reference Aircraft and Airfield-Request_for_Information. Verbalquestions will not be accepted. This synopsis is for information and planning purposesonly and is not be construed as a commitment by the Government nor will the Governmentpay for information solicited.Respondents will not be notified of the results of theevaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd6e8e9747efa28675f95e95e74e1c2f&tab=core&_cview=1)
- Record
- SN01581525-W 20080530/080528215316-745f84e6da1ff77cdee7228ea3866429 (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 |