Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOURCES SOUGHT

R -- EXPENDABLE LAUNCH VEHICLE INTEGRATED SUPPORT 2 - ELVIS 2

Notice Date
7/28/2010
 
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
NNK10ELVIS2R
 
Response Due
8/12/2010
 
Archive Date
7/28/2011
 
Point of Contact
Rob Wolfinger, Contract Specialist, Phone 321-867-8592, Fax 321-867-2825, Email Rob.Wolfinger@nasa.gov - Lisa Morales, Contract Specialist, Phone 321-867-3860, Fax 321-867-1188, Email lisa.morales-1@ksc.nasa.gov
 
E-Mail Address
Rob Wolfinger
(Rob.Wolfinger@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administrations (NASA) John F. Kennedy SpaceCenter (KSC) is planning to issue a draft Request for Proposal (RFP) in the November 2010timeframe for the acquisition of integrated services in support of the NASA LaunchServices Program (LSP) at the Kennedy Space Center. This Expendable Launch VehicleIntegrated Support 2 (ELVIS 2) will succeed the current Kennedy Space Center ExpendableLaunch Vehicle Integrated Support (ELVIS) contract, which will expire in September of2011. The NASA Launch Services Program demonstrates leadership and expertise in providingon-orbit, on-time, on-cost launch services. This is accomplished by providingend-to-end, as well as advisory service expertise, for NASA Science, Exploration, USGovernment, and Government sponsored missions.The LSP promotes the evolution of a USCommercial Space Launch Market through continued relationship development with customerand stakeholders as well as the continual enhancement of policy, contract, and launchproducts and services.This effort includes the following requirements:1. LSP Program Management Support. Perform and integrate the Programmatic LSP businessand administrative functions, such as: Program planning support, monthly reviews,evaluation, measurement and performance data, financial management support, secretariatfunctions for Program Requirements Control Board, risk management, documentationmaintenance, input to library/records management system, and Program outreach services.2. Safety and Quality.Perform Launch Services Program safety and quality supportfunctions such as: plan, document, integrate, manage and execute mishap preparedness andcontingency plans; serve as resident office quality liaison(s); provide launch vehiclemanufacturing and production quality insight; and perform management and integration ofProgram required SMA documentation. At Vandenberg Air Force Base (VAFB) and CapeCanaveral Air Force Station (CCAFS) launch sites provide a quarterly overall assessmentof the commercial launch provider safety program compliance. Report and track data fromthese activities to identify trends, areas of improvement, and recommended actions forhazard mitigation.3. Launch Site Support Engineering. Support the NASA Launch Site Integration Manager forall payload ground processing mission activities at the NASA provided payload processingfacilities, and the Eastern and Western Ranges, as well as other launch sites.Providelaunch site support documentation, launch site operational services, launch operationsmanagement support, and launch site administrative services. This includes support ofpayload customer integration/testing, launch campaign activities, and troubleshooting andrepair of facilities, facility systems and equipment. 4. Technical Integration Services. Support all missions for which NASA has launchservices insight and oversight responsibility.Provide mission integration coordinationservices and engineering technical integration services. 5. Communications and Telemetry. Provide development, engineering, operations, andmaintenance of NASA LSP communications and telemetry systems in all operational areas forNASA supported LSP missions including commercial and other customers of the NASA LSP. 6. Vandenberg Air Force Base Unique Support. Provide all planning, management, manpower,and capabilities needed to operate and maintain all facilities, facility systems, andsupport equipment assigned to NASA at VAFB. Provide base services and satisfy supportrequirements for NASA customers and NASA resident and transient personnel.7. Vehicle Engineering and Analysis. Perform engineering and analyses for the NASALaunch Services Program. Review and evaluate commercial launch provider tasks andproducts delivered as part of each expendable launch vehicle launch service so that theNASA LSP can provide approval of mission unique items and a knowledgeable go/no-go forNASA missions.This includes fleet insight and evaluating the launch provider vehiclesystems design, analyses, manufacturing, verification, validation, assembly, integration,testing, checkout, anomaly resolution, and launch preparations for compliance withapplicable requirements and robustness in the areas of performance, safety, reliability,and quality. 8. Facility Upgrade/Modification/Repair/Design and Construction. Provide Architect -Engineering Services, Project Management, Construction, Inspection, and other relatedservices in support of LSP Construction of Facilities projects that may includePreliminary Engineering Reports, design packages, minor construction,modification/rehabilitation construction, and repair construction. 9. Special Studies. Perform special studies, projects, and analyses including but notlimited to studies associated with: mission unique items, processing and launch ofnuclear payloads, technology applications, enhancement of the quality of LSPProgram/project services and capabilities, advance planning and feasibility in support offuture missions.10. IT Support. Provide development, engineering, operations, maintenance, and securityfor all Launch Services Program information technology resources. KSC/CCAFS and VAFB are the primary NASA launch sites. Alternate launch sites, in thescope of this contract, include but are not limited to: Reagan Test Site KwajaleinAtoll; Kodiak Island Alaska; Guiana Space Centre Kourou, French Guiana; TanegashimaSpace Center, Japan; and Wallops Island - Virginia.KSC is seeking capabilities from all categories of Small Businesses (SB) for the purposeof determining the appropriate level of competition and/or SB subcontracting goals forthis requirement. This requirements NAICS code is 541330 ($27 Million). This is not a solicitation announcement. This sources sought synopsis is for informationand planning purposes and is not to be construed as a commitment by the Government, norwill the Government pay for information solicited. Since this is a sources soughtannouncement, no evaluation letters and/or results will be issued to the respondents. Respondents deemed fully qualified will be considered in any resultant solicitation forthe requirement. You are requested to provide electronic responses (10 page maximum, includingattachments) via e-mail to the primary point of contact for this requirement. Yourresponse is required by August 12, 2010. To facilitate a prompt review by the NASA team,a one (1) page summary shall be included with your capability statement(s), identifyingthe following information:1. Company name and address2. Contractor size/type classification (Large, Small, Small Disadvantaged 8(a),Woman-owned, Veteran-Owned, Service Disabled Veteran, and HUBZone)3. Company size (number of employees)4. Average annual revenue for the past three (3) years5. Affiliate Information (as applicable) including, parent company, joint venturepartners, potential teaming partners, prime Contractor (if potential sub) orSubcontractors (if potential prime), point of contact name, position, address and phonenumber6. Company specific capabilities that are relevant to the requirements listed above.It is insufficient to provide only general brochures or generic information. Copies ofyour capability statement(s) may be made available to this requirements Prime Contractorcompetitors in the future and should therefore not contain company-sensitive information. KSC is also interested in potential prime contractor feedback related to possiblesubcontracting opportunities, given the possibility this action may be competed on anunrestricted basis. This feedback would be used as research information to support theanalysis and development of subcontracting goals. An Industry Day is planned at VAFB, CA facilities and at KSC/CCAFS, FL facilities. The Industry Day orientation and tour of VAFB NASA/LSP facilities is planned for Tuesday,September 14, 2010 beginning at 9:00 a.m.The Industry Day orientation and tour of KSC and CCAFS NASA/LSP facilities is planned forTuesday, September 21, 2010 beginning at 9:00 a.m. Attendance is limited to two attendees per company for each location. Each companyshould submit to the Contracting Officer, Rob Wolfinger, at the email address ofrob.wolfinger@nasa.gov a completed Attendance Form no later than Tuesday, September 7,2010. Attendance forms will be made available via the ELVIS 2 information website,http://elvis2.ksc.nasa.gov (to be established NLT 8/30/10). The purpose of Industry Day is to: 1. Promote competition by providing industry a better understanding of the upcomingprocurement 2. Provide industry a networking opportunity to build teaming arrangements 3. Provide an early opportunity for the Government to introduce preliminary aspects ofthe procurementThe length of the Industry Day presentation is estimated to be one hour, which will befollowed by a short tour of LSP related facilities (expected to be 2 hours or less). Anopportunity to submit written questions will follow the Industry Day via one-on-onemeetings. A series of one-on-one meetings will be held at KSC beginning on the afternoon ofTuesday, September 21, 2010. Interested parties are limited to a 25 minute one-on-onemeeting with a maximum of two attendees per company. Interested parties must clearlyidentify their request for a one-on-one meeting on the Industry Day attendance form(which will be available via the ELVIS 2 information website).Any specific questionsmust be provided in writing during the session. The Government will not be providing anyanswers or feedback during these sessions. The Government will provide answers toquestions at a later date via the ELVIS 2 information website.Interested parties willbe notified of their scheduled time prior to Industry Day. The purpose of the one-on-onemeetings is to improve the acquisition strategy by providing an opportunity for valuableindustry feedback.Information regarding Industry Day meeting location, directions, badging, one-on-onescheduling, and any other pertinent logistical instructions will be provided to eachinterested party following attendance confirmation.All companies represented will be placed on the Interested Parties List that will bepublicly available. The ELVIS 2 information website will be established (NLT 8/30/10)and available at http://elvis2.ksc.nasa.gov. This website will be maintained to includelatest news, a technical library, draft RFP, draft SOW and Industry Day information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK10ELVIS2R/listing.html)
 
Record
SN02220454-W 20100730/100728235118-99d9dde6a0415dd1c625eff6060acae2 (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.