Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

K -- Gulfstream V Nadir Viewport Installation - Task Description

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BR, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC017GVDIV
 
Point of Contact
Jennifer Ariens, Phone: 2814831874, Alice J. Pursell, Phone: 2814839027
 
E-Mail Address
jennifer.k.ariens@nasa.gov, alice.j.pursell@nasa.gov
(jennifer.k.ariens@nasa.gov, alice.j.pursell@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Task Description The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) is soliciting industry feedback and potential sources to install two nadir (down looking) optical viewports in its Gulfstream GV aircraft. These viewports will be used to support a wide variety of airborne science programs. NASA has also attached a draft Task Description to this synopsis titled "Gulfstream V Nadir Viewport Installation" that defines the scope of work necessary to structurally modify the aircraft and relocate existing aircraft systems to provide clearance for the viewport installation. These modifications will require Federal Aviation Administration (FAA) certification. Please note that this is a combined Request for Information (RFI) and Sources Sought Synopsis. 2.0 RFI Questions In an effort to verify the reasonableness of NASA's requirements and project plan, please respond to the following items: 1) Provide a rough order of magnitude (ROM) cost and schedule estimate based on the following two scenarios. For ROM purposes, please assume contract is a firm-fixed-price contract: a. ROM estimate per schedule guidance provided in attached draft Task Description, Section 9.0, Schedule. As part of your schedule, please provide the Offeror Fill-In (OFI) dates listed in Task Description, Table 10.1. Additionally, for phased modification approaches, please provide required NASA aircraft delivery dates to the Contractor, and aircraft departure dates from the Contractor based on supporting NASA direct return missions shown in Task Description, Appendix A. Task Description options shall be itemized separately. b. ROM estimate assuming NASA made the aircraft available for modification during one (1) of the schedule periods marked "Direct Return/Aircraft Reconfiguration" in the attached draft Task Description, Section 9.0, Schedule. This would allow the aircraft to be made available for a longer contiguous schedule period than is shown in the task description. As part of your schedule, please provide the Offeror Fill-In (OFI) dates listed in Task Description, Table 10.1. Additionally, for phased modification approaches, please provide required NASA aircraft delivery dates to the Contractor, and aircraft departure dates from the Contractor based on supporting NASA direct return missions shown in Task Description, Appendix A. Task Description options shall be itemized separately. 2) Provide latest possible NASA contract award date necessary to satisfy ROM schedule estimates provided in Item 1 above. 3) Provide technical feedback on the attached draft Task Description such as input on any requirements that may be unclear, missing, or any suggested requirements revisions. 4) Identify draft Task Description requirements that are significant cost or schedule drivers. 5) Provide descriptions of previous work your company has performed that is similar to the work outlined in the attached draft Task Description. Additionally, please include any available photos, drawings, etc. to help NASA understand the work performed. 3.0 Company Specific Information Responses shall include the following: 1. Name and address of firm and Point of Contact information. 2. Size of business. 3. Average annual revenue for past three years. 4. Number of employees. 5. Whether the firm is a Large, Small Business, Small Disadvantaged Business, HUBZone Small Business, Women Owned Small Business, Veteran Owned Small Business, Small Disabled Veteran Owned Small Business, Historically Black Colleges and Universities, and/or 8a. 6. Number of years in business. 7. Affiliate information: parent company, joint venture partners and potential teaming partners. 8. If you plan to propose as a prime or as a subcontractor. 9. A list of contracts for the relevant work described in response to Question #5 in Section 2.0. Please provide: a. Contract numbers b. If your firm was a prime or subcontractor c. Period of performance dates d. Contract type e. Dollar value of each procurement f. Point of contact (address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value. 4.0 Response Due Date All responses shall be received no later than August 11, 2017. All responses shall be submitted electronically via e-mail to alice.j.pursell@nasa.gov. Please limit your response to no more than fifteen pages. 5.0 Disclaimer In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this RFI. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. This data will not be shared outside the Government; however, the Government may use this data to develop future requirements. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c33f8a46ac8fc85930c82bf6d6f63af7)
 
Record
SN04590552-W 20170723/170721235505-c33f8a46ac8fc85930c82bf6d6f63af7 (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.