SOURCES SOUGHT
R -- KENNEDY SPACE CENTER PROPELLANTS AND LIFE SUPPORT SERVICES
- Notice Date
- 6/4/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK15ZOR001L
- Response Due
- 6/23/2014
- Archive Date
- 6/4/2015
- Point of Contact
- Nicole M. Jackson, Contracting Officer, Phone 321-867-3523, Fax 321-867-1188, Email Nicole.Jackson@nasa.gov
- E-Mail Address
-
Nicole M. Jackson
(Nicole.Jackson@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- National Aeronautics and Space Administration (NASA), Kennedy Space Center (KSC) is hereby soliciting information about potential sources for propellant and life support (PLS) services at KSC and other launch and processing facilities. Section 1: Services/Scope All personnel (including engineering, planning and analysis, management and administration, purchasing) and resources necessary to perform the below services. Propellant services include receipt, storage, repackage, sampling, analysis, and distribution of 25 different fluids, which include, cryogenic propellants, hypergolic propellants, hydrocarbon-based propellants, high-pressure gases (up to 10,000 psig), and other specialty aerospace fluids. Propellant services also include the fleet management/maintenance of all vehicle and facility systems, which includes over 100 major mobile equipment items and 50 fixed propellant systems. Life support (LS) services include the delivery, recycling, rebuild, and manufacture of protective equipment, and an assortment of gaseous and liquid air supplied breathing equipment. LS services shall provide protective clothing and respiratory protection equipment to personnel working in toxic or oxygen deficient atmospheres, operate and maintain cryogenic liquid and gaseous air packs, protective clothing, and emergency breathing equipment. The following equipment are examples of life support equipment: Propellant Handlers Ensemble (PHE) also known as Self-Contained Atmospheric Protection Ensemble (SCAPE), Supplied Air Respirators (SAR), astronaut rescue equipment, Portable Air Ventilators (PAVs), NFPA and Industry Self-Contained Breathing Apparatus (SCBA), Emergency Life Support Apparatus (ELSAs), Liquid Air Packs, and medical resuscitators. Additional responsibilities of the PLS services include: commodity ordering, usage analysis and accounting, providing support plans and efficiency studies, and maintaining and providing sustaining engineering for Government-owned propellant and life support facilities, systems, and equipment, including pressure vessel systems management and recertification (per NASA, KSC, and/or industry standards). Section 2: Capabilities and Interest NASA, KSC is seeking capability statements from all interested parties, including Small, 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) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this effort. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. For purposes of this RFI, please provide answers/comments to the Capabilities and Interest Section questions/statements within a three page limitation (format: 8.5 x 11, 12-point, Times New Roman font). 1. Provide a capability statement. 2. Indicate business size and socio-economic category. 3. For small businesses that cannot perform the entire scope: what portion(s) of this scope could your company perform? 4. Provide a list of similar contracts of comparable scope and complexity to this acquisition. Identify the contract number, period of performance (including dates), brief description of the scope, contract type, customer, approximate contract value and number of employees, and customer point of contact with telephone number and email address. Please also include any issues encountered during the acquisition process and/or in performance of the contract and the solutions to those issues. Section 3: Strategy Feedback (for informational purposes only) For purposes of this RFI, please provide answers/comments to the Strategy Feedback Section questions/statements within a ten page limitation (format: 8.5 x 11, 12-point, Times New Roman font). It is the Governments intent to use Respondents answers/comments to the following Strategy Feedback Section questions/statements in formulating the Draft Request for Proposal (DRFP) and Final Request for Proposal (RFP). As such, any information received in response to the following questions/statements may be publicly released. Respondents answers/comments to this section of the RFI should not contain any information considered proprietary in nature. 1. The Government anticipates awarding a fixed-price contract with indefinite-delivery, indefinite quantity (IDIQ) capability (reference FAR Part 16 Types of Contracts) to satisfy its requirements as safe, reliable, and cost effective as possible. Please comment on this contract type and indicate any experience/lessons learned (including advantages and disadvantages) with providing similar services under a fixed-price and/or IDIQ contract. 2. Suggest solicitation provisions to incentivize innovations, efficiencies, and cost savings to the Government throughout the life of the contract. 3. Suggest a pricing methodology which enables cost sharing in a fixed-price with IDIQ environment utilizing fully loaded unit costs to the maximum extent practicable to aid in providing the required services to multiple customers, cost effectively, while remaining flexible to support additional service requests (via IDIQ task order). Provide rationale supporting your input. Additionally, provide any experience/lessons learned with servicing a customer with multiple funding sources. 4. Advise if this requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. The preliminary acquisition schedule is provided below, subject to revision as requirements evolve. Draft request for proposal (DRFP) release: 10/2014 Final RFP release: 1/2015 Transition/Phase-in: TBD Contract start: 10/1/2015 Industry is invited to identify any alternatives, enhancements, or other ideas, which may better achieve or improve the efficiency of meeting the Governments requirements. Feedback on the stated scope, schedule, and acquisition approach is requested. 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. 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. NASA reserves the right to share all information received in response to this RFI throughout NASA and with its Federal and State Government Partners. It is not NASAs intent to publicly disclose proprietary information obtained through this RFI; therefore, if proprietary information is included, it should be clearly marked. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act and other laws and regulations. NASA, KSC invites those companies interested in this requirement and capable of performing the resultant contract to present a face-to-face capability briefing. The capability briefing will allow interested companies to demonstrate their capability, as well as provide the Government helpful industry feedback through discussion oftopics regarding the propellants and life support services acquisition. Capability briefings will be limited to 1 hour for each company, including time for questions and answers. Each company will be limited to 2 attendees. If interested in presenting a capability briefing, include in your RFI response your interest and include the company name and the number of attendees. Dates for the briefings have not yet been determined. Questions regarding this RFI shall be submitted to Nicole Jackson at Nicole.Jackson@nasa.gov no later than 12:00 PM EST (Noon) on 06/11/2014. All responses shall be submitted to Nicole Jackson at Nicole.Jackson@nasa.gov no later than 12:00 PM EST (noon) on 06/23/2014. Please reference NNK15ZOR001L 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/KSC/OPDC20220/NNK15ZOR001L/listing.html)
- Record
- SN03385284-W 20140606/140604235032-ec9d9c5a2ccf61c94d775969bcd22856 (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 |