SOURCES SOUGHT
A -- MULTI-PURPOSE CREW VEHICLE PROGRAM INTEGRATION CONTRACT
- Notice Date
- 11/10/2011
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT
- ZIP Code
- 00000
- Solicitation Number
- NNJ12414367L
- Response Due
- 12/2/2011
- Archive Date
- 11/10/2012
- Point of Contact
- Geraldine B. Mason, Contracting Officer, Phone 281-483-4714, Fax 281-483-0503, Email geraldine.b.mason@nasa.gov
- E-Mail Address
-
Geraldine B. Mason
(geraldine.b.mason@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is issued by NASA's Lyndon B. Johnson Space Center (JSC) as a Requestfor Information seeking capabilities from industry to solicit responses from interestedparties. This document is for information and planning purposes and to allow industrythe opportunity to verify reasonableness and feasibility of the requirement, as well aspromote competition, subject to FAR Clause 52.215-3, entitled 'Request for Information orSolicitation for Planning Purposes.' It does not constitute a Request for Proposal,Invitation for Bid, or Request for Quotation, and is not to be construed as a commitmentby the Government to enter into a contract.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 responsibility of potential offerors to monitor these sitesfor the release of any solicitation or synopsis.It is anticipated that JSC will issue a solicitation for the Multi-Purpose Crew Vehicle(MPCV) Program Integration Services that will support JSC in Houston, Texas. The plannedeffort will provide professional engineering and related services for the Johnson SpaceCenter (JSC) MPCV Program Office, including the integration of MPCV Program Office workperformed at other NASA centers and with the MPCV Programs lead development contractor. The work will include assessments of management processes, program schedules and costs. Also included is maintenance of the Program plan and Work Breakdown Structure; support tothe development of the annual Program Planning, Budgeting and Execution process; and datamanagement, risk management and configuration management. Tasks also include engineeringreviews and assessments for system requirements, testing and verification, performingperformance analyses, and reporting on the achievability of the integrated requirements. Also required is the development of concept of operations planning, processes andprocedures for ground operations, flight execution and recovery.The NAICS Code for the proposed acquisition is 541712 and the small business sizestandard is 1,000 employees. The maximum award value is anticipated to be under $50Million over a 5-year period of performance.Small business concerns that are capable of performing as prime contractors that meet therequirements of this synopsis are asked to submit capability statements.Capability statements must include the following information:Name and address of firmAverage annual revenue for past 3 yearsNumber of employeesOwnershipCompany size and note each category: Small Businesses (SBs), Small DisadvantagedBusinesses (SDBs) 8(a), HUBZones, Woman-owned Small Businesses (WOSBs), Veteran- OwnedSmall Businesses (VOSBs), Service Disabled Veteran Owned Small Businesses (SDVOSBs), andHistorically Black Colleges and/or Universities (HBCU)/Minority Institutions (MIs) Number of years currently in businessAffiliate information such as parent company or joint venture partnersIn addition, capability statement must address the following:1) A list of customers covering the past five years (highlight relevant work, contractnumbers, role (prime or subcontractor), contract type, dollar value of each procurement;and point of contact (address and phone numbers). If work was performed as asubcontractor, please indicate percentage of work/subcontractor dollar value.2) Ability to meet the 50% requirement of work to be performed by the prime contractor asset forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of three (3)past projects of relevant work experience with emphasis on work performed on a Federalinstallation. The provided examples are to indicate that the potential offeror iscapable of performing the primary and vital functions of the contract in accordance withthe Ostensible Subcontractor Rule, 13 C.F.R.121.103(h)(4)(2005).In order to facilitate teaming arrangements, NASA intends to release the names,addresses, and points of contact of all respondents on the NASA website for thisacquisition, unless specifically requested not to do so by the respondent. Again, thisis a request for information only.QUESTIONS DUE:Any questions related to the Request for Information shall be submittedto Geraldine B. Mason no later than 2:00 p.m. Central Time on 12/2/11.Questions may bee-mailed to the contract specialist at geraldine.b.mason@nasa.gov. Please referenceNNJ12414367L.RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceedstated requirements are invited to submit appropriate documentation and references asrequested. All responses shall be submitted via e-mail to Geraldine B. Mason.Responsesare required by 2:00 p.m. Central Time on 12/2/11. Please reference NNJ12414367L in anyresponse.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 thissynopsis. The Government will not pay for any information solicited. No evaluationletters and/or results will be issued to the respondents.Potential offerors are responsible to monitor these sites for the release of any futuresolicitation or synopsis. The Government intends to review the responses submitted byIndustry. This data will not be shared outside the Government. The Government may usethis data to refine requirements and develop a request for a proposal.Data that issubmitted as part of Industry's response that is marked 'Proprietary' will not bereviewed.A website for this contemplated acquisition has been developed at the following link.http://procurement.jsc.nasa.gov/mpcv/ Interested parties are responsible for checking this website for further information andupdates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12414367L/listing.html)
- Record
- SN02621876-W 20111112/111110234518-1a8da8a47544f4eee7bf4c51264b8467 (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 |