SOURCES SOUGHT
J -- AIRCRAFT MAINTENANCE OPERATIONAL SUPPORT AND MICROGRAVITY SERVICES MARKETRESEARCH QUESTIONNAIRE
- Notice Date
- 10/29/2010
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ11ZB014L
- Response Due
- 11/12/2010
- Archive Date
- 10/29/2011
- Point of Contact
- Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-483-4066, Email alice.j.pursell@nasa.gov - Roger M. Roberts, Contract Specialist, Phone 281-792-7665, Fax 281-483-9738, Email roger.m.roberts@nasa.gov
- E-Mail Address
-
Alice J Pursell
(alice.j.pursell@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Johnson Space Centers (JSC) Flight Crew Operation Directorate (FCOD) anticipatesprocuring services under an Aircraft Maintenance and Operational Support (AMOS) and/orMicrogravity Services (MS) contract. On October 27, 2010, a requirement summary of theAMOS and/or MS requirement was posted to a local JSC website athttp://procurement.jsc.nasa.gov/amosms, which was specifically created for the AMOSand/or MS procurement.A copy of the requirement summary is also attached to thissynopsis for reference purposes. You are invited to review the AMOS and/or MSrequirement summary using either of these methods. As part of the Governments continuous information exchange with industry whileformulating the acquisition strategy for the AMOS and/or MS services requirement, theGovernment requests your assistance as it seeks to arrive at the most suitable approachfor acquiring AMOS and/or MS services.In order for NASA to make this determination, theGovernment requests information in order to gain knowledge from potential offerors. Please provide a brief response to each of the questions that follow. a. Identify barriers to competition that could be mitigated to foster a more competitiveenvironment for this procurement. b. Please provide your view regarding what type of contract provides the best approachfor this type of work. How should the risks versus rewards be shared by the Government and contractor? Howdoes the proposed contract type incentivize the contractor to perform high quality workat a reasonable price?Discuss your views specific to this contract regarding incentivefees, award fee, and/or other appropriate incentives for contractor performance in termsof: 1) fixed price requirements; 2) cost type requirements. c. Suggest any portions of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility of each. In addition, how can NASA design/structure the fixed price portions of the contract to:1) ensure outstanding facility safety and operations safety are maintained; 2) protectthe ability of the contractor to respond rapidly and effectively to facility oroperational anomalies; 3) maintain the flexibility needed to handle unplanned workwithout invoking excessive cost or contracting delays (the duration of such unplannedwork may vary from a few hours to several days); and 4) ensure that small business goalsare met or exceeded. Discuss all alternatives you would like NASA to consider.d. What metrics could NASA use to monitor the contractors accomplishments for effortsover and above standards stated in the contracts for: 1) the fixed price portions; 2) theportions that are not fixed price? e. What is the industry standard for reporting, surveillance, and submittals?f. This requirement will include support for workload at NASA's Lyndon B. Johnson SpaceCenter (JSC) at Ellington Field in Houston and at El Paso, Texas; and at Edwards AirForce Base in Edwards, California; Langley Research Center (LaRC) in Hampton, Virginia;and other remote sites, domestic and foreign, where services are required. Thepossibility exists that other NASA Centers such as Wallops Flight Facility (WFF), WallopsIsland, Virginia; Glenn Research Center (GRC), Cleveland, Ohio; and other Agencies may beincluded. Please identify any risks/concerns that you may have regarding industryscapability to provide a qualified workforce.g. Please provide the name, address and phone number of your firm. NASA intends torelease the names, addresses, and points of contact of all respondents unlessspecifically requested not to do so by the respondent.Questions should be directed byemail to the Contracting Officer.In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. TheGovernment will not pay for any information solicited.No evaluation letters and/orresults will be issued to the respondents. You are requested to provide electronic responses via e-mail to the Contract Specialistand Contracting Officer listed at the end of this synopsis. Your response is required by4:00 p.m. CDT on November 12, 2010. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis. The Government intends to review theresponses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements. Data that is submitted as partof Industrys response that is marked Proprietary will not be reviewed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11ZB014L/listing.html)
- Record
- SN02319478-W 20101031/101029234025-65e7fe14bbc47d49f29284e502f618ce (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 |