Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOURCES SOUGHT

R -- International Flight Support Services

Notice Date
5/9/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17ZBR025L
 
Archive Date
6/8/2017
 
Point of Contact
Alice J. Pursell, Phone: 2814839027
 
E-Mail Address
alice.j.pursell@nasa.gov
(alice.j.pursell@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is hereby soliciting information about potential sources for International Flight Support Services. NASA/JSC 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 International Flight Support Services. 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. The Johnson Space Center Requirements include the following: - International aviation weather service familiar with the weather patterns of various areas of the world, including Europe, Asia, and South America - International flight support including airport handling, catering, diplomatic permit services, and fuel contract arrangements - Datalink flight plans and oceanic clearances accessible by NASA aircraft in-flight - Provide and file computerized flight plans for international flights - Current navigational charts and approach plates for the deployment in trip-kit form - Provide Satellite Voice/Data Service and SwiftBroadband Service for NASA aircraft in-flight NASA/JSC Aircraft Operations Division operates a fleet of aircraft, currently including 20 T-38, 3 WB-57s, one Gulfstream V, one Gulfstream 1159A, and one Super Guppy Transport. All aircraft except the Super Guppy Transport may be deployed internationally. JSC may add or remove aircraft during the period of performance. JSC aircrews may require support for, but not limited to, approximately 10 international missions on an annual basis. International missions may be made to remote locations not the industry norm, such as Kostanay Airport, Kostanay, Kazakhstan; Sary-Arka Airport, Karaganda, Kazakstan; Astana International Airport, Kazakhstan; Dzehzkazgan, Kazakhstan; Baikonur, Kazakhstan; Punta Arenas, Chili; Guam; Thule Air Base, Greenland; and Kangerlussuag, Greenland. The anticipated period of performance will be December 1, 2017 through November 30, 2020. 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 offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please also 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, or any category of small business, 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). The requirements in this notice are considered to be a commercial in nature. A commercial item is defined in Federal Acquisition Regulation (FAR) 2.101. 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 responses shall be submitted to Alice Pursell no later than May 24, 2017. Please reference NNJ17ZBR025L in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8eccd4ec20d669d9f6dc7805ca323d87)
 
Record
SN04502274-W 20170511/170509235934-8eccd4ec20d669d9f6dc7805ca323d87 (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.