Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

18 -- Plankton, Aerosol, Cloud, ocean Ecosystem (PACE) Thrusters - PACE-PROP-SOW-0048-Draft - PACE-PROP-LIST-0030 - PACE-PROP-SPEC-0083

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
2018-THRUSTER-GSFC-NASA
 
Point of Contact
Lisa Bednarik, Phone: 3012865081
 
E-Mail Address
Lisa.A.Bednarik@nasa.gov
(Lisa.A.Bednarik@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
PACE-PROP-SPEC-0083 PACE-PROP-LIST-0030 PACE-PROP-SOW-0048-Draft The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) 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 an anticipated Firm Fixed Price (FFP) contract for nine (9) flight qualified Thrusters for the PACE mission with the requirements listed below and in the attached documents. The Government reserves the right to consider any business set-aside based on responses hereto. Please see the attached Specification (SPEC), Statement of Work (SOW) and Deliverable Items List and Schedule (DILS) documents for further information. The North American Industry Classification System (NAICS) code for this procurement is 336415 Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing with a size standard of 1250 employees. Estimated award date for this contract is September 2018. The estimated delivery date for the flight hardware is November 2019. While our intent may be to team with an industry partner(s), we are not bound by this RFI to do so. This is not a Request for Proposal, nor a Request for Quotation, nor an Invitation to Bid. Therefore, this RFI is not to be construed as a commitment by the Government to enter into a contract nor will the Government pay for information provided in response to this RFI. It is not NASA's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. 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 requirements should submit a capability statement indicating the ability to perform all aspects of the effort described herein. In addition, please let the contacts below know if you are interested in responding to this RFI prior to the deadline. Notification of interest will allow us to provide updated/revised information to the requirements below, Specifications and Questions. 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 Institution; 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). Further, NASA/GSFC requests basic cost information for the requirements. Specifically, provide a cost estimate for nine (9) Thrusters. In addition, provide a schedule for the delivery of nine (9) Thrusters. If applicable, please include any specifications, sheets, and basic design information for any available proprietary Thrusters that may meet the specifications contained herein. Responses are requested to identify any unduly restrictive requirements or potential areas of non-compliance in the SPEC document. This includes both unreasonable technical specifications and significant cost obstacles. Where there is non-compliance, please state if the SPEC is considered unnecessarily stringent or if a Non Recurrent Effort (NRE) could be pursued to achieve compliance on that particular requirement (and associated cost). Comments and suggestions for improving the requirements documents are always encouraged and solicited. Technical questions should be directed to: Jacob M. Stahl PACE Propulsion Subsystem Engineer NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-3038 E-mail: jacob.stahl@nasa.gov Procurement related questions should be directed to: Lisa A. Bednarik Contracting Officer NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 286-5081 E-mail: lisa.a.bednarik@nasa.gov The requirement is not considered a commercial item. 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 shall be submitted to Lisa Bednarik via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than April 9, 2018 at 4:00 PM EDT. Please reference 2018-THRUSTER-GSFC-NASA in any response. Attachments: Statement of Work (SOW) Deliverable Items List and Schedule (DILS) Performance Specification (SPEC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/2018-THRUSTER-GSFC-NASA/listing.html)
 
Place of Performance
Address: NASA/Goddard Space Flight Center, Code 210.Y, 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04847719-W 20180310/180308231335-f3f94e1b09aad47f2a0467a5ced1c79c (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.