SOURCES SOUGHT
A -- NASA SOUNDING ROCKET OPERATIONS CONTRACT III - NSROC III
- Notice Date
- 9/11/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.I, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NSROC-3-Sources-Sought
- Response Due
- 9/25/2013
- Archive Date
- 9/11/2014
- Point of Contact
- Randy J Belew, Contract Specialist, Phone 301-286-6204, Fax 301-286-0247, Email Randy.J.Belew@nasa.gov
- E-Mail Address
-
Randy J Belew
(Randy.J.Belew@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administrations (NASA) Goddard Space Flight Center (GSFC) Wallops Flight Facility (WFF) is hereby soliciting information about potential sources for services in support of NASAs Sounding Rockets Program (NSRP). The proposed contract will serve as the principal mechanism for implementation of the NSRP and the NSROC Contractor shall manage and be responsible for providing all associated services and supplies (except those provided as Government Furnished Property). As such, the Contractor shall design, fabricate, integrate, and perform flight qualification testing of sub-orbital payloads, provide launch vehicles and associated hardware, and provide various activities associated with subsequent mission launch operations. The Contractor shall have the capability to provide the full spectrum of engineering design and analysis activities necessary for the development of sub-orbital launch vehicles, payloads, and ground support equipment including (but not limited to) the following disciplines: flight performance and dynamics; structural and mechanical; electrical power; telemetry communication; guidance, navigation, and control; software and information systems; and environmental testing. The Contractor shall also be responsible for the operation and maintenance of facilities associated with implementation of the NSRP including technical laboratories, fabrication, environmental testing, and explosives storage. NASA will retain overall management of the NSRP including certain programmatic elements such as mission selection, funding, international agreements, grants administration, oversight and approval of ground and flight safety processes, and ownership of program assets. The NSROC Contractor shall also be responsible for providing general support that may not be directly related to implementation of the NSRP. This support shall include, but not be limited to:design, analysis, and fabrication of mechanical, structural, electrical, and electronic hardware; environmental testing of flight and ground support hardware and systems; and a broad range of technical activities such as engineering studies, system and subsystem development, drafting and technician services, environmental studies, and education and public outreach services. NASA is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for this requirement. 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. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 30 pages or less (including attachments) indicating the ability to perform all aspects of the effort described herein. Specific examples of suborbital payload and launch vehicle development activities, launch operations services, and associated examples of the relevant engineering experience (including detailed descriptions) are recommended. It is insufficient to provide only general brochures or generic information. To facilitate a prompt review by the NASA team, a one-page summary shall be included with your capability statement, which identifies your companys specific capabilities that are relevant to the requirement. The summary page must also include the following: name and address of firm; primary POC and telephone number; size of business; average annual revenues for the past three years and total number of employees; ownership; whether they are large, or any category of small business, 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). The summary page will not count against the 30-page limit. NASA GSFC/WFF is also interested in potential contractor feedback related to subcontracting opportunities for the various work requirements, given the possibility that the total requirement may be competed on an unrestricted basis. This feedback would be used as research information to support the analysis and development of subcontracting goals and will not count against the 30-page limit. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted by to e-mail to Randy.J.Belew@nasa.gov no later than September 25, 2013. Please reference NSROC-3-Sources-Sought in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NSROC-3-Sources-Sought/listing.html)
- Record
- SN03183485-W 20130913/130911235506-4537d4f2cb727fd39e598f93ac1edebc (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 |