Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOURCES SOUGHT

H -- CONSTRUCTION MANAGEMENT INSPECTION SURVEYING TESTING SERVICES

Notice Date
3/27/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC12ZFD017J
 
Response Due
4/18/2012
 
Archive Date
3/27/2013
 
Point of Contact
Daniel Rodriguez, Contract Specialist, Phone 216-433-2778, Fax 216-433-5489, Email Daniel.Rodriguez-1@nasa.gov - Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.W.Sepesi@nasa.gov
 
E-Mail Address
Daniel Rodriguez
(Daniel.Rodriguez-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Glenn Research Center(GRC) is seeking capability statements from all interested parties, including Small,Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged WomanOwned Small Business (ED-WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned(SD-VOSB), SBA certified 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 a planned procurement entitled Construction ManagementInspection Surveying Testing (CMIST) Services.The Government reserves the right toconsider a Small, 8(a), Woman-owned (WOSB) or Economically Disadvantaged Woman OwnedSmall Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or SBA Certified HUBZonebusiness set-aside based on responses hereto. An initial summary of the technicalrequirements has been created and is attached.The North American Industry Classification System (NAICS) code for this procurement is541330 Engineering Services with a size standard of $14 Million. The Government plans to utilize a Cost Plus Fixed Fee contract type with Base Tasks andIndefinite Delivery Indefinite Quantity (IDIQ) Tasks. The resulting contract is plannedto be for a period of five (5) years and consist of a two-year base and three one-yearoption periods. The planned commencement date is late 2012/early 2013. The Governmentsestimated value is between $3M - $7M dollars per year and includes IDIQ projections. This contract will be a follow on to: a task currently being administered under the NASAGRC Environmental Management and Safety contract by Science Applications InternationalCorporation (SAIC) and a NASA GRC Surveying contract currently being administered byBemba K. Jones, P.S. & Associates, Inc.. 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 ten (10) pages or lessindicating the ability to perform all aspects of the effort described herein. Responsesmust include the following: name and address of firm, DUNS number, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), Woman-owned or Economically DisadvantagedWoman Owned, Veteran Owned, Service Disabled Veteran Owned, SBA certified HistoricallyUnderutilized Business Zone and Historically Black Colleges and Universities/MinorityInstitutions; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime). Responses must also include a CAPABILITY sectiondepicting the entitys capability and experience as a prime or subcontractor in theoutlined work areas. Questions shall be directed to: Daniel.Rodriguez-1@nasa.gov. This synopsis is for information and planning purposes, including assisting withset-aside determinations and/or small business subcontracting goals, and is not to beconstrued as a commitment by the Government nor will the Government pay for informationsolicited. Respondents will not be notified of the results of the evaluation.All responses shall be submitted to: Daniel Rodriguez, Contracting Officer, NASA GlennResearch Center at Daniel.Rodriguez-1@nasa.gov no later than 5:00 PM EDT Wednesday, April18, 2012. Please reference Construction Management Inspection Surveying Testing (CMIST)Services 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/GRC/OPDC20220/NNC12ZFD017J/listing.html)
 
Record
SN02707043-W 20120329/120327235806-d4959fee05b5716d5e448510f7ce7b85 (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.