Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

99 -- NASA STANDARD INITIATOR 3

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12428340L
 
Response Due
4/27/2012
 
Archive Date
4/13/2013
 
Point of Contact
Lawrence L. Miller, Contract Specialist, Phone 281-483-3916, Fax 281-244-5331, Email lawrence.l.miller@nasa.gov - Stacy G. Houston, Contracting Officer, Phone 281-483-9649, Fax 281-483-7890, Email stacy.g.houston@nasa.gov
 
E-Mail Address
Lawrence L. Miller
(lawrence.l.miller@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is hereby soliciting information about potential sources for themanufacture of NASA Standard Initiator (NSI-3).The National Aeronautics and Space Administration (NASA), Johnson Space Center (JSC)-Energy Systems Integration Office (EP2) is seeking capability statements from allinterested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB),Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), HistoricallyUnderutilized Business Zone (HUBZone) businesses, and Historically Black Colleges andUniversities (HBCU)/Minority Institutions (MI) for the purposes of determining theappropriate level of competition and/or small business subcontracting goals for NASAStandard Initiator (NSI-3) that will be designed for high shock and high vibrationenvironments on future manned programs. This initiator will be a criticality 1/1(required function for safe return of the crew) device. NASA is interested inqualifying a vendor to build the NSI-3. The RFI response should include proposedapproaches for the qualifications and the design/ manufacturing of the NSI-3. Technicaland quality risks, if any, should be addressed in the response. Design requirements for the NSI 3 will be based on the NSI-1 requirements (SeeSKB26100066) with the following changes to the requirements set: http://procurement.jsc.nasa.gov/NNJ12428340L/SKB26100066__E_0.pdf -The NSI-3 will implement a MIL-DTL-38999 Series III style connector but still maintainthe staking and keying capability of the NSI-1 (See SLB26100052). http://procurement.jsc.nasa.gov/NNJ12428340L/SLB26100052__K_0_NSI_Keying_Drawing.pdf -The NSI-3 will implement an interfacial seal on the connector end of the initiator toprovide for a better seal for water immersion. -The NSI-3 will be designed to retain the output enclosure after initiation. Additional changes to requirements may be made as a result of the development and Requestfor Information (RFI) process.Any recommendations, inputs, or changes that you may haveon the requirements or proposed approach shall be submitted with your RFI response.The RFI response should also address previous experience your organization has had withsimilar products, quality assurance, historical schedule performance and recommendationsfor affordable qualification and eventual lot production. Each RFI response shoulddocument any proprietary data that the prospective vendor would not intend to provide toNASA. The RFI should also include any questions or concerns the potential bidder(s) mayhave with the proposed approach mentioned above.The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), ServiceDisabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.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.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*, number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.All information, including the NAICS code, in this synopsis is for information andplanning purposes and is not to be construed as a commitment by the Government nor willthe Government pay for information solicited. Please note that if a solicitation isreleased, the information in the solicitation may be different than that of theinformation in this RFI. Respondents will not be notified of the results of theevaluation. Respondents deemed fully qualified will be considered in any resultantsolicitation for the requirement. All responses shall be submitted to Lawrence Miller via email atlawrence.l.miller@nasa.gov and Matthew Maples via email at matthew.w.maples@nasa.gov nolater than April 27, 2012, 12:00 PM local time. Please reference NNJ12428340L in anyresponse. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12428340L/listing.html)
 
Record
SN02722295-W 20120415/120413235640-ddb51686f4772a496038252156fff050 (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.