SOURCES SOUGHT
C -- ENGINEERING SERVICES - WALLOPS
- Notice Date
- 12/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
- ZIP Code
- 23337
- Solicitation Number
- sss12172010
- Response Due
- 1/21/2011
- Archive Date
- 12/17/2011
- Point of Contact
- Stephanie B Bailey, Contract Specialist, Phone 757-824-1426, Fax 757-824-1974, Email Stephanie.B.Bailey@nasa.gov - Mickey Merritt, Contract Officer, Phone 757-824-1592, Fax 757-824-1974, Email Mickey.M.Merritt@nasa.gov
- E-Mail Address
-
Stephanie B Bailey
(Stephanie.B.Bailey@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting capability statements and information aboutpotential sources in support of Engineering Services at Wallops Flight Facility (WFF). This effort provides a wide range of engineering, outreach and technical support servicesat the Goddard Space Flight Centers Wallops Flight Facility. It includes services inthe following areas: Systems Engineering, Electrical Engineering, Software Engineering,Mechanical Engineering, Guidance/Navigation and Control Systems, Safety Engineering,Metrology, Project Management and Support, Facilities Engineering. Support shall beprovided for WFF activities including Applied Engineering and Technology Directorate,Suborbital and Special Orbital Projects Directorate, Hydrospheric and Biospheric SciencesLaboratory, Facilities Management Branch, and Ground Network activities. The support shall include: (1)configuration management services throughout the life cycleof products; (2)systems engineering support for all phases of project development forsmall satellites, sounding rockets, balloons and a broad range of technology developmentefforts; (3)electrical systems support for conception, analysis, design, development,integration, testing, and operations of communications and electrical systemsapplications. Support is integrated with that of appropriate mission designers and mayrequire development of orbital or suborbital electrical and communication systems usingcurrent and advanced technology; (4)software engineering support in the areas ofconception, analysis, design, development, rapid prototyping, integration, testing,documentation, user support, and administration of a wide variety of software systems andapplications. Support is integrated with that of appropriate mission planners and mayrequire the deployment of flight systems, ground systems, engineering tools,institutional, administrative, or enterprise tools using current or advancedtechnologies; (5)mechanical systems support for conception, analysis, design,fabrication, integration, testing, deployment, maintenance, and certification ofmechanical and payload carrier systems, mechanisms, electro-mechanical systems andrelated ground support and test equipment; (6) thermal analysis and design forspacecraft, carriers, balloon vehicles, balloon payloads, and instruments using manualmethods and current release of Thermal Desktop; (7) materials engineering andanalysis to support characterization of composites, metals, and balloon and other thinfilms; (8)operations and maintenance of general environmental test facilities, such asthermal-vacuum test facilities; (9)conception, analysis, design, fabrication,integration, testing, and operations of GN&C systems including: attitude/trajectorydetermination and control systems for space vehicles (flight and ground), balloons, andaircraft; guidance systems for launch vehicles; flight propulsion systems; components,sensors and actuators; and, GN&C technology demonstration products in the areas ofautonomous systems, components, and attitude systems; (10)safety engineering and analysesin support of efforts assigned to the Applied Engineering and Technology Directorate orunique WFF projects. Tasks may include engineering design, development, testing, orassessments of ground or flight safety systems and missions; certification support ofrange systems; and certification support of vehicle flight termination systems;(11)analytical, mechanical and electronic support in the installation, maintenance,repair, overhaul, troubleshooting, calibration, modification, construction, cleaning, andtesting of inspection, measurement and test equipment. Management of calibrationlaboratory equipment and standards, and implementation of configuration management ofmanuals, standards and forms; (12)programmatic and project management support to AETD andWFF for various projects including range operations, aircraft operations, and missionsrequiring deployed personnel and assets; (13)inspection services to the FacilitiesManagement Branch of the Wallops Flight Facility, and assistance on maintenance andoperational issues. NASA/GSFC/WFF is seeking capabilities from all potential sources for the purpose ofdetermining the appropriate level of competition. This requirements NAICS code is541330, size standard $4.5M.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.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit an electronic capability statement of twenty (20) pagesor less indicating the ability to perform all aspects of the effort described herein viaemail to the primary Point of Contact (POC) for this requirement. Your response isrequired by January 21, 2011. To facilitate a prompt review by the NASA Team, a one (1)page summary shall be included with your capability statement(s), which identifies yourcompany's specific capabilities that are relevant to the requirements.Specificengineering and/or technical examples of relevant experience, including detaileddescriptions, are recommended.Companies are also requested to provide their name,address, primary POC and telephone number, companies average annual revenues for the pastthree years, total number of employees, your Government size standard/type classification(large, small, small disadvantaged, 8(a), woman-owned, service disabled veteran, HUBZone,or historically black colleges or universities) on the summary page. The summary pagewill not count against the maximum page limit.It is insufficient to provide onlygeneral brochures or generic information. NASA/GSFC/WFF is also interested in potentialcontractor feedback relating to subcontracting opportunities for the various workrequirements, given the possibility that the total requirement may be competed on anunrestricted basis. This feedback would be used as research information to support theanalysis and development of subcontracting goals. This feedback should also be providedelectronically via email to the primary POC by January 21, 2011. 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 theyare large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). Technical questions should be directed to: Lissette Martinez at 757-824-2281 or via email to Lissette.Martinez-1@nasa.gov.Procurement related questions should be directed to: Stephanie.B.Bailey@nasa.gov orMickey.M.Merritt@nasa.gov.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully 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 onresponses hereto. All responses shall be submitted to Stephanie Bailey no later thanJanuary 21, 2011. Please reference sss12172010 in any response. Any referenced notesmay be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/sss12172010/listing.html)
- Record
- SN02346739-W 20101219/101217234230-c64b4d5c1db73fe59c52b6b9fd178922 (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 |