Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOURCES SOUGHT

15 -- AIRCRAFT ELECTRICAL ENGINEERING SERVICES

Notice Date
3/23/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ12428569L
 
Response Due
4/6/2012
 
Archive Date
3/23/2013
 
Point of Contact
Omar K. Collier, Contract Specialist, Phone 281-792-7830, Fax 281-483-4066, Email omar.k.collier@nasa.gov - Scott Stephens, Contracting Officer, Phone 281-792-7521, Fax 281-483-7890, Email scott.stephens-1@nasa.gov
 
E-Mail Address
Omar K. Collier
(omar.k.collier@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for AircraftElectrical Engineering Services.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/or small businesssubcontracting goals for Aircraft Electrical Engineering Services. The Governmentreserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service DisabledVeteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.NASA JSC has a requirement for electrical engineering services to address system andcomponent obsolescence and support the sustainment, alteration, and improvement of theWB-57F aircraft, NASA aircraft and other agency aircraft and associated supportrequirements. The electrical engineering services are needed to support aircraft, payload, and groundsupport equipment (GSE) development, repairs, upgrades, or maintenance in accordance withNASA, military, or industry standards.Engineering services include but are not limitedto: Avionics integration, Line Replaceable Unit (LRU) design and integration, circuit design,wire harness design, payload electrical interface design, telemetry systems design,communication systems design, navigation system design, data recorder programming anddata post-processing, troubleshooting of systems and components, documentationdevelopment, revision, and modification, parts identification and documentation. Electrical analysis services to substantiate aircraft, payload, and ground supportequipment development, repairs, upgrades, or maintenance, electrical loads analysis,circuit analysis, Radio Frequency (RF) analysis, antenna pattern analysis, interference,and usage, buss analysis, timing analysis, Electromagnetic Interference (EMI) or RadioFrequency Interference (RFI) analysis, and documentation review.Electrical engineering test services for aircraft, payloads, and ground supportequipment, develop ground and flight test plans, verify and validate the operation andsafety of new designs, upgrades, and repairs, flight testing support selectinstrumentation, perform data collection, and analyze data to evaluate aircraft systemperformance and identify flight anomalies, ground testing select instrumentation,perform data collection, and analyze data for aircraft and payload systems to evaluatesystem performance and identify anomalies, bench testing perform integration andtesting of new or modified systems to verify operation and identify anomalies, performtroubleshooting using schematics and diagnostic equipment to support maintenancepersonnel, perform propulsion system performance assessments, and generate test reports.Desired information includes previous aircraft avionics and electrical systemcapabilities, concept design capabilities, test capabilities, technical data developmentand production capabilities, and capability to provide engineering support duringaircraft retrofit. 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 a capability statement of 10 pages or less indicating theability to perform all aspects of the effort described herein.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, or any category of small business (including Small, Small Disadvantaged (SDB),8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB),Historically Underutilized Business Zone (HUBZone) businesses,and Historically BlackColleges and Universities (HBCU)/Minority Institutions (MI)), number of years inbusiness; 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). The government intends to acquire a commercial item using FAR part 12. A commercial itemis 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. All responses shall be submitted to Scott Stephens or Omar Collier no later than April 6,2012. Oral communications are not acceptable in response to this notice. Please referenceNNJ12428569L in any response. Any referenced notes may be viewed at the following URLslinked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12428569L/listing.html)
 
Record
SN02704360-W 20120325/120323234908-baa048881a118f82e99c97e00d1946bb (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.