Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOURCES SOUGHT

A -- RFI - COMPOSITE CARRIER STRUCTURES

Notice Date
10/23/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
HEEET-CCS-RFI-2014-L
 
Response Due
11/21/2014
 
Archive Date
10/23/2015
 
Point of Contact
Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Marianne Shelley
(marianne.shelley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby soliciting information about potential sources for the process, development, and fabrication of various flat and curved composite sandwich panels, tooling, and fittings that is expected to culminate in two composite sandwich carrier structures for the Heatshield for Extreme Entry Environment Technology (HEEET). A draft Statement of Work (SOW) that includes technical questions for industrys response is posted with this synopsis. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Any and all feedback to this Request for Information (RFI) will be appreciated. Following this initial feedback, NASA may conduct one-on-one meetings with RFI respondents. These meetings will allow for exchange of information and will provide an opportunity for potential offerors to provide feedback on the Governments requirements and its acquisition approach. Interested offerors/vendors having the capabilities to meet the requirements described in the Draft SOW / RFI are requested to submit a capability statement of 20 pages or less indicating their organizations ability to perform the described technical effort. In addition to a technical response, ARC is soliciting comments and suggestions on contracting approaches to this effort that will enhance competition and provide business opportunities (not included in the 20 page limit for technical response). Therefore, (in a separate document) ARC is requesting feedback in the following areas for consideration during acquisition planning: 1.Responses shall include the following (as applicable):name and address of firm, whether your business is large, or any category of small business listed below for NAICS code 541330, and affiliate information: parent company, joint venture partners, potential teaming partners. Provide a list of relevant work performed in the past five (5) years, including contract type, contract number, technical description and how it is relevant to this work, dollar amount, period of performance, and a customer reference name/ email and telephone number. Include your firms DUNS and CAGE code that are registered at the System for Award Management (www.sam.gov). 2.For small businesses that cannot perform the entire scope of effort described in the draft SOW, indicate what portion(s) of this scope your company could perform. 3.Does the selection of NAICS code 541330 Engineering Services with size standard $15.0 M seem appropriate? If not, what alternative NAICS code do you suggest, and why? 4.Please comment on what type of contract structure (firm fixed price vs. cost reimbursement, Indefinite Delivery Indefinite Quantity (IDIQ) vs. base plus options) provides the best approach for this type of work. 5.Please advise if the requirement is considered to be a commercial or commercial-type product/ service. A commercial item is defined in FAR 2.101. ARC 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 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. 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 information received in response to this RFI that is marked Proprietary will be handled and protected accordingly. As applicable, NASA may provide Proprietary information to its support service contractors who are under an obligation to keep third-party Proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of Proprietary information to such NASA support service contractors. 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/p ub_library/Omb.html All responses shall be submitted to Marianne.Shelley@nasa.gov via email, no later than 5:00 pm Pacific Time, November 21, 2014. Please reference HEEET-CCS-RFI-2014-L 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/ARC/OPDC20220/HEEET-CCS-RFI-2014-L/listing.html)
 
Record
SN03556551-W 20141025/141023234144-162eadd02b3cf5ff5f3274b958ecf03f (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.