Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2013 FBO #4186
SOURCES SOUGHT

A -- ENTRY SYSTEMS TECHNOLOGY RESEARCH AND DEVELOPMENT

Notice Date
5/9/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
ESTRAD_REQUEST_FOR_INFORMATION
 
Response Due
5/23/2013
 
Archive Date
5/9/2014
 
Point of Contact
Zachary Burkland, Contract Specialist, Phone 650-604-0635, Fax 650-604-0912, Email Zachary.Burkland@nasa.gov - Veronica L Gutierrez, Contracting Officer, Phone 650-604-5626, Fax 650-604-0932, Email veronica.l.gutierrez@nasa.gov
 
E-Mail Address
Zachary Burkland
(Zachary.Burkland@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Ames Research Center is hereby soliciting information about potential sources for Entry Systems Technology Research and Development. NASA is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Economically Disadvantaged Woman Owned 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) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Entry Systems Technology Research and Development requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB) or Economically Disadvantaged Woman Owned Small Business (ED-WOSB), Service Disabled Veteran (SD-VOSB), or SBA Certified HUBZone business set-aside based on responses hereto. The Ames Research Center requirements include the following: The principal purpose of this requirement is to provide support to the Entry Systems and Technology Division at NASA Ames Research Center to carry out their varied research programs. The Draft Statement of Work (See Attached Document) describes the current and anticipated research programs of the Division.The major objective is the development of technologies for use in the design and fabrication of prototype vehicles that travel at hypervelocities in the atmosphere of Earth and other bodies in the solar system. Other projects include NASA missions in nanotechnology, advanced materials, sensors and devices. This requirement is a follow-on to Space Technology Research and Development (STRAD) Contract NNA10DE12C, with ERC.The work will be performed primarily at Ames Research Center (ARC), Moffett Field, California. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Responses must 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 they are large, small, small disadvantaged, 8(a), Woman-owned or Economically Disadvantaged Woman Owned, Veteran Owned, Service Disabled Veteran Owned, SBA certified Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please provide an estimate of the percentage of work to be performed by the prime contractor and for each major subcontractor. Questions should be directed to: Zachary.Burkland@nasa.gov. The Government is soliciting contracting approaches to the Entry Systems Technology Research and Development requirement that will enhance competition and provide business opportunities.Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: 1.Performance incentives: Please provide your review regarding types of fee, options, and/or other incentives for contractor performance. 2.In a mixed-team (Government/Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and assest safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement or cost? 3.What type of evaluation criteria would you recommend for this type of procurement? a.Technical Information:What type of technical information along with the Statement of Work would you like to see a potential solicitation (e.g., sample tasks)? b.Contract Content/Structure: Do you have any suggestions or examples of restricting, simplifications, and clarify in the Draft SOWs description of technical areas as well as other types of additional information that would improve understanding or clarity of the requirements and terms and conditions? All responses to the Statement of Capabilities and Contracting Approach shall be submitted to Zachary.Burkland@nasa.gov no later than May 23, 2013 at 5:00PM Local PST. Please reference ESTRAD_Request_For_Information in any response. Verbal questions will not be accepted. Any referenced notes may be viewed at the following URLs linked below. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http:prod.nais.nasa.gov/pub/pub_library/Omb.html. The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/ARC Business Opportunities home page is http:prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/ESTRAD_REQUEST_FOR_INFORMATION/listing.html)
 
Record
SN03058387-W 20130511/130509235359-02bb46eb4aa53888f04cc5f957f7a2c9 (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.