Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOURCES SOUGHT

A -- Parachute Recovery System

Notice Date
11/25/2020 7:40:56 AM
 
Notice Type
Sources Sought
 
NAICS
31499 —
 
Contracting Office
NASA AMES RESEARCH CENTER MOFFETT FIELD CA 94035 USA
 
ZIP Code
94035
 
Solicitation Number
80ARC21-PRS-RFI
 
Response Due
12/2/2020 5:00:00 PM
 
Archive Date
12/17/2020
 
Point of Contact
Vanessa Westmoreland, Phone: 6506040541
 
E-Mail Address
vanessa.r.westmoreland@nasa.gov
(vanessa.r.westmoreland@nasa.gov)
 
Description
*** NOTE: Due to technical requirements�this Request For Information (RFI) is being re issued in association with�RFI 80ARC020-PRS-RFI from fbo.gov and supersedes that RFI. NASA/ARC has a requirement for a Parachute Recovery System The Re-Entry Vehicle Technology Demonstrator (REV-TD) project supports a new series of low cost AFRL/NASA missions. A cost cap limits the amount of technology development for the REV-TD program, thus every effort is being made to incorporate well understood technology. To this end, the REV-TD program will utilize a capsule shape identical to that used by the Stardust and OSIRIS-REx missions, and consequently expects a decelerator system similar to that used for those projects. It is the intent of the REV-TD program to maximize the use of knowledge obtained in previous development programs of parachute recovery systems by moving forward with a build to print of the OSIRIS-REx Parachute Recovery System. The parachute system is required to decelerate the capsule to a velocity required to recover internal science payloads. The supplier shall provide all labor, materials, facilities, service, equipment, analysis and management necessary to deliver and integrate three Parachute Recovery Systems that satisfy specifications defined in REV-TD-2102, the REV-TD PRS specification. The technical requriements are: Provide a fully flight proven (Technology Readiness Level 9) system that satisfies the REV-TD parachute specifications documented in REV-TD-060900001. The Government intends to acquire commercial items and services using the provisions, clauses and procedures prescribed in FAR Part 12 and FAR Part 13. The NAICS Code for this procurement is 314999 I. PURPOSE OF THIS SYNOPSIS/REQUEST FOR INFORMATION 1)� �To request information on capabilities of potential Offerors to provide the services described in para II. �Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. 2)�� �To request information from interested parties regarding their preferred contracting approach to provide the services described in the Draft PRS. II. SUMMARY OF PROPOSED WORK BACKGROUND It is anticipated that NASA ARC will issue a (TBD) contract. The Contractor shall provide the following products and services for the PRS:� Provide a fully flight proven (Technology Readiness Level 9) system that satisfies the REV-TD parachute specifications documented in REV-TD-060900001. III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described above are asked to submit a capability/qualification statement that shall not exceed 5 pages (double-sided) in PDF format. �A page is defined as 8 1/2"" x 11"", with one inch margins on all sides, using not smaller than 12 point font. �Address all requested information listed below (Numbered 1 through 6) to the fullest extent possible. Be legible, including any figures, exhibits and diagrams which are not subject to the page limit. �The response must include the following: 1)�� �Company name, address, technical and contractual point(s) of contact, phone, e-mail, and website (if applicable). 2)�� �Cage Code and DUNS number, as indicated in organization's System for Award Management registration; 3)�� �Whether your company is Large Business, Small Business, Small Disadvantage Business, Woman-Owned Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-Owned Small Business, HBCU/MI, Service-Disabled Veteran-Owned Small Business for NAICS code 314999, Parachutes Manufacturing, size standard 500 employees. 4)�� �Whether your company plans to participate in this procurement as a Prime or a Sub Offeror. 5)�� �Your company�s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. 6)�� �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 Government reserves the right to consider a small business or 8(a) set-aside based on responses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the Parachute Recovery System contract that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback on the following areas for consideration during acquisition planning: 1) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for 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) such as: ��� �Are you contemplating proposing as a prime Contractor or subcontractor?Why? ��� �What PRS areas are you capable of performing? ��� �Recommendation for other applicable NAICS codes. 2) Incentives: �In an attempt to determine the appropriate contract type (contract types for consideration, alone or in a hybrid combination, including Fixed-Price or Cost-Reimbursement contracts, such as FFP, FPI, CPFF, and CPIF) for this procurement: 3) Contract Content/Structure: �Do you have any suggestions or examples of restructuring, simplifications, and clarity in the description of the technical areas of the Draft PRS? �What other information would improve understanding or clarity of requirements and terms and conditions? 4) Technical Information: Design, Requirements and Specifications: ��� �What is your company�s design, development and verification plan to satisfy the system requirements and product specifications outlined in REV-TD-PRS-Specifications ��� �Does your company have any concerns with the proposed conceptual design, requirements and/or specifications? ��� �REV-TD is a low dollar, fast paced program. Does your company have any recommendations to save cost and schedule without increasing risk significantly. ��� �Does your company have any recommendations regarding how the specification and/or requirements should be modified to reduce the PRS cost and schedule. PLEASE NOTE: There is no limit on the page length to your response to PART IV. V. YOUR RESPONSE TO THE REQUEST FOR INFORMATION *Draft copy of the requirements Statement of Work and Specification will be shared via NASA secured large transfer upon request.� All responses to this RFI shall be received no later than 1700 Pacific Standard Time (PST) on�December 2 2020. �Please respond via electronic mail�(e-mail) to the Contract Specialist, Vanessa Westmoreland at� vanessa.r.westmoreland@nasa.gov. �Written questions should also be directed to the Contract Specialist and are due by no later than 1700 (PST) on December 2, 2020.�� In all responses, please reference 80ARC021-PRS-RFI. �Verbal questions will not be accepted. �This Request for Information is for information and planning purposes only and is not 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. �No solicitation exists; therefore do not request a copy of the solicitation, If a solicitation is released it will made on the Contracts Opportunity beta.sam.gov website. �It is the potential Offeror�s responsibility to monitor these sites for the release of any solicitation or synopsis.� NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at� http://prod.nais.nasa.gov/pub/pub_library/Omb.html. All information received in response to this RFI that is marked �Proprietary� will be handled and protected accordingly. As applicable, NASA may provide proprietary information to its support service contractors who are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20200e37ad6f4761ab75294c75cbe2ba/view)
 
Place of Performance
Address: Moffett Field, CA, USA
Country: USA
 
Record
SN05861465-F 20201127/201125230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.