Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOURCES SOUGHT

A -- Technology Forecast R&D - DRAFT SOW

Notice Date
5/11/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17ZBH006L
 
Archive Date
6/20/2017
 
Point of Contact
Vance Benton, , Sophia Mo,
 
E-Mail Address
vance.benton@nasa.gov, sophia.mo@nasa.gov
(vance.benton@nasa.gov, sophia.mo@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work The National Aeronautics and Space Administration (NASA) Johnson Space Center (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 Research and Development Services with a specialized knowledge and expertise in the current state of medical research, pharmaceuticals, space nutrition, omics, bio-monitoring technologies, etc. 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. Background: The Human Research Program (HRP) is a major part of the Space Life and Physical Sciences Research and Applications Division within the Human Exploration and Operations Mission Directorate (HEOMD). It is instrumental in carrying out NASA's Strategic Plan, by developing and delivering research findings, health countermeasures, and human systems technologies to support crews on missions to the moon, Mars, or other destinations. HRP performs research and technology development to support next-generation systems that enable humans to live and work safely and effectively in space. Special emphasis is placed on mitigation of critical risks to human health and performance. The HRP is comprised of five Elements: ISS Medical Projects (ISSMP), Space Radiation (SR), Human Health Countermeasures (HHC), Exploration Medical Capability (ExMC), and Human Factors and Behavioral Performance (HFBP). Each manages research and technology development tasks that are conducted by external and intramural NASA investigators. In order to develop research findings, health countermeasures, and human systems technologies, HRP openly solicits research announcements via traditional solicitation paths (NSPIRES), but primarily relies on internal evaluations of technologies to inform those research announcements. NASA medical technologists stay informed on governmental and academic state of the art, but are less knowledgeable about commercial state of the art practices. Additionally, NASA does not have a strong basis to forecast trends in technology development, which results in NASA potentially allocating medical technology development dollars to an area that is either already being developed or will be developed without additional NASA investment. The JSC requirements include the following: See attached Draft Statement of Work The North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 1000 employees. Estimated award date for this contract is November 2017. Estimated award amount is $1,000,000 to $3,000,000. 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. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described in the attached Statement of Work. 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), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; 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 three years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). This Requirement is considered to be a commercial item as defined in 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. All responses and questions shall be submitted to Vance Benton at vance.benton@nasa.gov no later than June 05, 2017, 1:00PM Central Time. Please reference NNJ17ZBH006L in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c47f60c4462f4a140f719056677429d)
 
Record
SN04506094-W 20170513/170512000737-1c47f60c4462f4a140f719056677429d (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.