Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

A -- FORCE MEASUREMENT SUPPORT SERVICE SOURCES SOUGHT - Draft Requirements

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, Virginia, 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-FM-2018
 
Archive Date
4/30/2018
 
Point of Contact
Ola Charles, Phone: 7578648790
 
E-Mail Address
ola.a.charles@nasa.gov
(ola.a.charles@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) 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 Force Measurement 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 goal is to provide high quality force measurement and strain measurement capabilities in order to meet the mission objectives of NASA. This includes, but is not limited to, sustainment of current force measurement capabilities and development and advancement new capabilities and technologies that will evolve over the life of the contract. Reference the Draft Requirements Document posted with this synopsis to assist potential offerors to understand NASA's requirements. Industry is encouraged to provide comments, suggestions, and recommendations regarding the Draft Requirements Document. In addition, LaRC is also interested in contractor feedback related to contract type, subcontracting opportunities, and possible contract incentives (positive and negative). Interested offerors/vendors having the required specialized capabilities should submit a Capability Statement of 7 pages or less (including attachments) with a minimum font size of 12 indicating the ability to perform the aspects of the effort described herein. The capability statement should specifically respond to the areas detailed below to include (1) General Information, (2) Personnel Capabilities, and (3) Technical Capabilities to include general information and technical background describing your firm's experience in contracts that are relevant to the work described below. Potential offerors shall specifically comment, within the page limitation, on its capabilities and qualifications to meet the following: (1) General Information (Maximum of 2 pages): Interested offerors shall submit general information to include: (a) name and address of firm; (b) Point of Contact information to include name, title, phone number and email; (c) whether you intend to submit an offer, and if so, would you submit as a prime or subcontractor; (d) average annual revenue for past 3 years and number of employees; (e) size of business concern (large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned); (f) number of years in business; (g) affiliate information to include parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); and (h) 2 or 3 customer contacts covering the past three years (highlight relevant work performed, contract numbers, contract type, dollar value of each contract, number of employees and customer point of contact address, phone number and email address). (2) Personnel Capabilities: The contractor shall provide management and staffing that possess the requisite education, experience, and other qualifications to meet the requirements detailed herein. The contractor shall have the capability to provide project management support. Included in this function will be a full range of management duties including, but not limited to, contract management, customer service, work management & control, support of research operations & testing, maintenance services (which includes maintenance of existing systems, instrumentation calibration and repair, instrumentation metrology), engineering services, FEA (Finite Element Analysis), stress analysis, safety & risk analysis, research technology development (which includes data acquisition systems, instrumentation systems and calibration techniques), documentation, drawing files, virtual libraries and library management, and related IT services (which includes administration, documenting, and record keeping). (3) Technical Capabilities: The contractor shall be required to demonstrate experience and/or knowledge in the following technical areas: (a) Harsh Environment Experience: both fabrication (strain gaging) and calibration (cryo and high temp.) with pressure; (b) Exotic, Specialty, Hybrid or Automatic Calibrations; (c) Calibration Schedule; (d) Experiment or Hybrid Development; and (e) Force Measurement Fabrication Breadth In addition, please indicate whether the following equipment/capability currently exists at your facility or whether it would be subcontracted. a. Calibration: • Manual = Temperature Range: Ambient, Cryogenic, High- Temperature • Pressurized calibrations • Hybrid calibrations (combination of calibration methods) • SVS Single Vector System • ABCS Automatic Balance Calibration System • LLR Large Load Rig b. Finite Element Analysis c. Diverse fabrication/QA d. Cryogenic strain gage application e. Repair and calibration of TASK balances f. Design of Experiments The North American Industry Classification System (NAICS) code for this procurement is 334511, Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing, with a size standard of 1250 employees. Estimated award date for this contract is on/about August 1, 2018. This is a sources sought synopsis to be used for information purposes only for preliminary planning purposes to assist NASA LaRC in its procurement strategy, to assess capabilities and qualifications of potential offerors, gain knowledge of interest, and to support any potential set-asides. 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. This sources sought 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 and questions shall be submitted electronically, via email, Ola Charles at ola.a.charles@nasa.gov no later than January 26, 2018. Please reference SS-FM-2018 in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-FM-2018/listing.html)
 
Place of Performance
Address: NASA Langley Research Center, Hampton, Virginia, 23681, United States
Zip Code: 23681
 
Record
SN04788268-W 20180113/180111231625-8f1d12cf6f73e91ee0a3ca9c533f7057 (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  © 1994-2020, Loren Data Corp.