Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOURCES SOUGHT

M -- AIRCRAFT AND AIRFIELD RELATED SERVICES

Notice Date
8/1/2008
 
Notice Type
Sources Sought
 
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
Aicraft_and_Airfield-VXL
 
Response Due
8/18/2008
 
Archive Date
8/1/2009
 
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, modification of aircraft-related research systems,and operation of Moffett Field at Ames Research Center. 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 services are currently provided by L-3 Communications Vertex Aerospace, LLC on thecost-plus-award-fee Contract NNA05BE29C. The current end date of the contract is May 31,2009 and total contract value is $11.8M. Use the links athttp://www.hq.nasa.gov/office/pao/FOIA/agency/ to request information through the FOIAOffice. 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 servicesin order to determine if this will be a small business set-aside or a full and opencompetition. Information received as a result of this notice will be considered by theGovernment and used for acquisition planning purposes only. An interested parties list will be posted.2)To request information from interested parties regarding their preferredcontracting approach including contract type.Part II. SUMMARY OF PROPOSED WORK BACKGROUNDThese services will support research, technical investigations, scientific studies,airworthiness activities, flight operations and safe and efficient operation of theFederal Airfield. The U.S. Army Aeroflightdynamics Directorate (AFDD) performs flightresearch on experimental aircraft and the flight test evaluation of experimentalsubsystems and components. Research and flight testing is performed mainly at the MoffettFederal Airfield, but may also occur at other test facilities and or airfields. AFDDmaintains airworthiness oversight of all aircraft assigned to the organization and theflight safety and operational oversight of all flight research conducted by the U.S. Armyand other 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. The Contractor shall provide 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 are asked to submit a capability/qualification statement of10 PAGES or less. There is no required font size and/or type designated for thisCapability/Qualification Statement. Figures, exhibits, and diagrams must be readable. Submit your responses electronically in PDF format. The Government requests separatefiles for Statement of Capabilities and Contracting Approach responses. There is nolimit on the page length to your responses to Part IV. RESPONSES REGARDING THECONTRACTING 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 DisadvantagedBusiness, 8(a) set-aside small business, HUBZone small business, Woman-owned smallbusiness, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned smallbusiness for NAICS code 488190 size standard $6.5M. 3)Your companys capability in each of the technical areas. For each technicalarea, 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 contracttype, 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 description of technical areas as well as other typesof additional information that would improve understanding or clarity of requirements andterms 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 thanMonday, August 18, 2008 at 3:00 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-VXL. Verbal questions will notbe accepted. This synopsis is synopsis is for information and planning purposes only andis not be construed as a commitment by the Government nor will the Government pay forinformation 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=93697611b4a44229d373fa27467785d6&tab=core&_cview=1)
 
Record
SN01629567-W 20080803/080801223609-93697611b4a44229d373fa27467785d6 (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.