Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
SOURCES SOUGHT

A -- SMAAART 2

Notice Date
4/16/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-SMAAART2
 
Response Due
5/5/2014
 
Archive Date
4/16/2015
 
Point of Contact
Bobbi Forbes, Contract Specialist, Phone 757-864-1770, Fax 757-864-7709, Email bobbi.forbes@nasa.gov - Octavia L Hicks, Contract Specialist, Phone 757-864-8510, Fax 757-864-9097, Email octavia.l.hicks@nasa.gov
 
E-Mail Address
Bobbi Forbes
(bobbi.forbes@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
National Aeronautics and Space Administration (NASA), Langley Research Center (LaRC) is surveying the existing market to determine potential sources for the Structures, Materials, Aerodynamics, Aerothermodynamics, and Acoustics Research and Technology (SMAAART) 2 acquisition, which is planned as a follow-on to a multiple award SMAAART contract issued to Alliant Techsystems Inc. (ATK), Analytical Services & Materials Inc. (AS&M), Lockheed Martin Corporation, Northrup Grumman Systems, and The Boeing Company. The purpose of the SMAAART 2 contracts is to support research and technology development for aerospace vehicles that support NASAs goals in the areas of: Advanced Materials and Structural Systems; Aerodynamics, Aerothermodynamics, and Acoustics; Systems Analysis and Concepts; Entry, Descent, and Landing; Measurement Systems; and Flight Critical and Intelligent Flight Systems. Task orders issued under these contracts will range in maturity from basic research, tool and technology development through integrated flight demonstrations. Vehicle concepts and performance conditions will fall within the speed regimes of subsonic through hypersonic atmospheric flight through continuum and rarified flow fields. A goal of this acquisition is to align current and future requirements with the LaRC Product Line Portfolio. As such, LaRC is considering grouping technical areas (tracks) of work described in the Draft Performance Work Statement (PWS) as either unrestricted or small business set-aside awards. Inputs from the industry will help determine if some or all of the work can be issued as a set-aside or partial set-aside under technical area tracks. NASA LaRC is also exploring the inclusion of a more flexible contract type structure to accommodate a broader set of requirements. The draft solicitation may include hybrid contract types such as: (1) cost plus fixed fee (CPFF), (2) firm fixed price (FFP), and (3) cost share. The resulting multiple award IDIQ contracts will have an ordering period of five (5) years, and the expected North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a size standard of 500 employees (not to exceed). A draft solicitation for this acquisition is currently planned to be released in July 2014. The attached Draft PWS contains additional information regarding the projected requirements. To assist in the development of its acquisition strategy and determining the appropriate level of competition for SMAAART 2, the Government is requesting capability statements from all interested parties, including Small (SB), 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 Black Colleges and Universities (HBCU)/Minority Institutions (MI). The Government reserves the right to consider a Small, 8(a), WOSB, SD-VOSB, or HUBZone business set-aside based on responses hereto. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement, with font Times New Roman 12, indicating the ability to perform all aspects of the effort described herein. The capabilities statement should include the following discussion points for consideration: Business Capabilities (2 pages): Name and address of firm; Size of business; Number of employees; Socio Economic Classification: large, small, small disadvantaged, 8(a), WOSB,SD-VOSB, VOSB, HUBZone and HBCU/MI; 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); and Discuss feasibility of tracking work into key technical work areas and the use of hybrid contract types (CPFF, FFP, and cost share). Technical Area Capabilities (2 pages per each proposed technical area of interest): Provide brief discussion of the capabilities to perform relevant work in each of the technical areas proposed. Include a list of contracts awarded in the past 3 years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, and point of contact - address and phone number). This sources sought synopsis is for informational 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. Interested parties should ensure that its contact information is posted to the Interested Vendors List tab within FedBizOpps to allow for potential teaming, subcontracting, joint venture, and partnering opportunities. Questions should be submitted in writing to: larc-smaaart2@mail.nasa.gov, reference SS-SMAAART 2 Sources Sought Questions in the subject line. Capabilities Statement responses shall be submitted by e-mail to larc-smaaart2@mail.nasa.gov no later than 8:00 a.m., May 5, 2014. Please reference SS-SMAAART 2 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-SMAAART2/listing.html)
 
Record
SN03340458-W 20140418/140416235206-6bb295a823d387d3cec1d164f2f04c44 (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.