SOURCES SOUGHT
A -- SOURCES SOUGHT FOR STARSS-III
- Notice Date
- 11/14/2014
- 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
- NNL15STARS3L
- Response Due
- 12/8/2014
- Archive Date
- 11/14/2015
- Point of Contact
- Teresa M Hass, Contracting Officer, Phone 757-864-8496, Fax 757-864-8863, Email Teresa.M.Hass@nasa.gov - Tameka Woodley, Contract Specialist, Phone 757-764-7352, Fax 757-764-8863, Email Tameka.Woodley@nasa.gov
- E-Mail Address
-
Teresa M Hass
(Teresa.M.Hass@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is hereby soliciting information about potential sources for Science, Technology, and Research Support Services (STARSS III) including the following research, engineering and technical support activities: a) Atmospheric Science Research, b) Technology Research, Development and Application, and c) Data Center Services. Specific areas of science support include: 1) algorithm development, implementation and maintenance for both data reduction and modeling of atmospheric characteristics, 2) analysis, interpretation and validation of observations and measurements from satellite, aircraft, balloon and ground-based instruments for understanding and validation of atmospheric models and algorithms, 3) mission/ payload/ instrument operations support, including pre- and post-launch activities, 4) logistical support for personnel and equipment while conducting remote field experiments. Specific areas of technology development focused on instrument and sensor technologies include 1) instrument design, 2) instrument sensor development, and 3) instrument sensor calibration and testing. Specific areas of operations and maintenance of the Atmospheric Science Data Center (ASDC), include: 1) customer and data services support, 2) operations support in the areas of data production, data management and system infrastructure management, and 3) systems engineering including systems analysis, risk assessment, system development and prototype development and implementation planning. Additionally, administrative and logistical support is required to organize science team and working group meetings, technical interchange meetings, workshops and conferences related to atmospheric science research. Under the current STARSS II statement of work (attached) all the research, engineering and technical support activities are categorized into the following nine science technical areas: a) Atmospheric Composition Science, b) Lidar Missions, c) Earth Radiation Budget Missions, d) Clouds and Climate Science, e) Cross-cutting Science, f) Atmospheric Science Data Center Services, g) Engineering for Science Technology and Missions, and h) Science Flight Project Management. The current STARSS II contract (NNL11AA00B) was originally awarded as an Indefinite-Delivery/Indefinite-Quantity (IDIQ) cost-plus-award-fee contract. Recently, the STARSS II contract was converted to cost-plus-fixed-fee for the final 18 months of the contract. It is anticipated that the STARSS III award will be a cost reimbursement contract (fee structure to be determined) with a core mission support statement of work with an IDIQ contract line item. 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 5 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, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; DUNS Number and NAICS Code if known; 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). Technical questions should be directed to Shannon Walker at 757-864-2458. Procurement related questions should be directed to Tameka Woodley at 757-864-7352. 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 collected. The information provided will assist the Government in its assessment of the current market and future acquisition planning strategy. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Tameka Woodley via email to tameka.woodley@nasa.gov no later than December 8, 2014. Please reference STARSS III in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL15STARS3L/listing.html)
- Record
- SN03573139-W 20141116/141114234158-96490fe0e427b4f38cc8065456360521 (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 |