Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOURCES SOUGHT

R -- RUSSIAN LANGUAGE AND LOGISTIC SERVICES

Notice Date
12/22/2011
 
Notice Type
Sources Sought
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ12401832L
 
Response Due
1/4/2012
 
Archive Date
12/22/2012
 
Point of Contact
Lara N. Procknow, Contract Specialist, Phone 281-483-0155, Fax 281-244-2370, Email lara.n.procknow@nasa.gov - Julie K. Karr, Contracting Officer, Phone 281-483-9782, Fax 281-244-2370, Email julie.k.karr@nasa.gov
 
E-Mail Address
Lara N. Procknow
(lara.n.procknow@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for the plannedRussian Language and Logistic Services(RLLS) procurement.The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) isseeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and small businesssubcontracting goals for the planned RLLS procurment. The Government reserves the rightto consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), orHUBZone business set-aside based on responses hereto.The RLLS contract will support the International Space Station (ISS) by providingnecessary infrastructure operation functions including Russian language and logisticsservices at JSC and other locations including Moscow, Russia and Kazahkstan. The purposeof the ISS is to conduct physical, engineering, and life sciences research for thebenefit of life on Earth and to advance exploration of our solar system and enablecommerce in Space. In order to effectively support and utilize the ISS, NASA requiresproducts and services to perform: Translation, interpretation, language training, and logistic services required by theISS Program. The primary location for contractor activity in the United States (U.S.) isJSC. The primary locations for contractor activity in Russia and Kazahkstan include theU.S. Embassy in Moscow; Mission Control Center in Korolev; Gagarin Research and TestCosmonaut Training Center in Star City; Volga Complex in Moscow, launch complex inBaikonur, Kazahkstan, landing sites in Kustanai, Arkalyk, Karaganda and AstanaKazahkstan; Russian Federal Space Agency office buildings in Moscow; the Institute ofBio-Medical Problems (IBMP), and Russian Federal Space Agency contractor facilities(Rocket Space CorporationEnergia (RSC-E), Khrunichev, Zvezda etc). Obtain all permits, licenses, and appointments required for the performance of workunder this contract in compliance with applicable host country laws. Provide Russian logistics in the areas of transportation services, meeting servicesrequiring language (interpretation and translation) services and logistics, travelservices, housing services, office management and administration services, inventorytracking, NASA cargo integration in Baikonur, Moscow shipping coordination, launch andlanding NASA visitor scheduling logistics, and other related services in order toimplement ISS Operations in Russia.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 requirements should submit a capability statement of 15 pages or less indicatingthe ability to perform all aspects of the effort described herein. Responses shall alsoinclude the following:name and address of firm, size of business; average annualreceipts for past 3 years; ownership; whether they are large, or any category of smallbusiness.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. All responses shall be submitted to Lara N. Procknow and Julie K. Karr no later thanJanuary 4, 2012. Please reference NNJ12401832L 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/JSC/OPDC20220/NNJ12401832L/listing.html)
 
Record
SN02644481-W 20111224/111222234511-afc3a198ebe2e877b7664cd5f48ab834 (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.