Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2016 FBO #5355
MODIFICATION

J -- Center Logistics Services and Aerospace Ground Equipment Support Services (CLS&AGESS) - Draft RFP NND16578229R

Notice Date
7/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16578229R
 
Point of Contact
Maikeyza Brown, Phone: 6612762061, Robert Medina, Phone: 6612763343
 
E-Mail Address
Maikeyza.Brown-1@nasa.gov, robert.medina-1@nasa.gov
(Maikeyza.Brown-1@nasa.gov, robert.medina-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft RFP Section L Attachments Draft RFP Section J Attachments Draft RFP NND16578229R CLS&AGESS You are invited to review and comment on the National Aeronautics and Space Administration (NASA), Armstrong Flight Research Center (AFRC), Center Logistics Services and Aerospace Ground Equipment Support Services (CLS&AGESS) draft solicitation. The principal purpose of this requirement is to provide Logistics Services and Aerospace Ground Equipment Support Services at the Center to meet mission requirements. The Contractor shall provide the necessary expertise, capabilities, management, equipment, supplies, materials and personnel required to perform the Logistics Services and Aerospace Ground Equipment Support Services: a. Aerospace Ground Equipment (AGE) Support Services consist of: Aircraft Support Services including critical/emergency and routine maintenance and mission support services, service of aircraft batteries, life support, proof load testing, fuel delivery, aircraft fueling, N2 servicing, AGE equipment training, equipment painting, fire extinguisher inspection, aircraft static display inspection, and ramp sweeping. b. Logistics Services consist of: transportation services (shipping, receiving, freight, mail pickup and delivery, hazardous/radioactive material services, export control, moves), fleet management services (maintenance, motor pool and dispatch, vehicle fueling, fuel station management), supply management services (warehousing, inventory control, hazardous material storage), personal property and controlled equipment management services (inventory, acquisition, disposal), records management services, purchase request processing services, and aircraft sustainment services (parts receipts, warehousing, purchasing, repairs, and maintenance). The Performance Work Statement (PWS), Attachment J-01, describes the scope of the requirement. Potential Offerors are encouraged to comment on all aspects of the draft solicitation, including the requirements, schedules, proposal instructions, and evaluation approaches. Potential Offerors should identify unnecessary or inefficient requirements. Potential Offerors are encouraged to comment on any perceived safety, occupational health, security (including information technology security), environmental, export control, quality assurance, organizational conflict of interest (OCI) and/or other programmatic risk issues associated with performance of the work. This acquisition will be conducted as a Small Business set aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 336413 and the small business size standard is 1,250. The NASA point of contact for Small Business concerns related to this procurement is Robert Medina, AFRC Small Business Specialist at (661) 276-3343. This competitive procurement will result in a Firm-Fixed Price (FFP) Core requirement, a Cost No Fee Contract Line Item (CLIN) (Materials, Aircraft Parts, Training, and Travel) and an Indefinite-Delivery, Indefinite Quantity (IDIQ) CLIN with the ability to issue FFP task orders. The period of performance consists of a two (2) year base period and three (3) one year options. Phase-In will be conducted, under a Contract Line Item Number 101, during the 30-day period prior to the effective date of the contract. The contract will be performed onsite at Armstrong Flight Research Center at Edwards, California 93523. The Government will make available existing Installation-Accountable Government Property (IAGP) and Government Furnished Property (GFP) for performance of this effort. Please note, a SECRET facilities clearance is required for this procurement in accordance with the DD Form 254, Contract Security Classification Specification. The current planned release date for the Final Request for Proposal (RFP) is on or about August 26, 2016, with proposals being due approximately 30 calendar days later. The Industry Day will be held on [TBD]. Notice will be posted on the procurement website noted below. All documents related to this procurement, including the solicitation, attachments, exhibits, and any amendments will be attainable electronically from the World Wide Web through the Federal Business Opportunities (FBO) website at https://www.fbo.gov. Potential Offerors are requested to periodically monitor the website for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This DRFP is not a solicitation and AFRC is not requesting proposals. This request does not commit AFRC to pay any proposal preparation costs, nor does it obligate AFRC to procure or contract for this requirement. This request shall not be construed as authorization to proceed with, or be paid for charges incurred by performing any of the work called for in this DRFP. Any comments regarding the DRFP should be submitted in writing by e-mail to the Contracting Officer identified below no later than 4:00 PM PT on August 19, 2016 for consideration. Please title the e-mail note "Comments-CLS&AGESS RFP NND16578229R" in the subject block and make sure to include a name and daytime phone number of the person submitting comments in the body of the e-mail. All e-mail correspondence related to this solicitation shall be submitted to the following e-mail addresses: Maikeyza.Brown-1@nasa.gov The Government will consider all comments received in preparation of the Final RFP, but does not intend to post or formally respond to Draft RFP comments. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. The Government will respond via FBO to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16578229R/listing.html)
 
Place of Performance
Address: NASA Armstrong Flight Research Center (AFRC), Edwards, California 93523, United States, Edwards, California, 93536, United States
Zip Code: 93536
 
Record
SN04189267-W 20160722/160720234536-08903bbce4c31a8c28fb57deb684e595 (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.