Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

99 -- Force Measurement Support Services III

Notice Date
1/5/2023 6:30:59 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
FMSSIII
 
Response Due
1/19/2023 12:00:00 PM
 
Point of Contact
Ambreen M Sanchez, Joseph Janus, Phone: 7578642412
 
E-Mail Address
larc-fmss3@mail.nasa.gov, joseph.p.janus@nasa.gov
(larc-fmss3@mail.nasa.gov, joseph.p.janus@nasa.gov)
 
Description
The National Aeronautics and Space Administration/Langley Research Center (NASA/LaRC) is issuing this combined Request for Information (RFI)/Sources Sought (SS) to solicit input from industry interested in the Force Measurement Support Services III (FMSS III) follow-on procurement to solicit responses from interested firms.�This notice, including the current Performance Work Statement (PWS), is issued for information and planning purposes, intended to provide industry the opportunity to verify and provide input regarding the reasonableness and feasibility of the current contract structure and PWS requirements.� In addition, input from interested parties (both primes and subcontractors) will allow NASA/LaRC to assess the capabilities of industry to meet the FMSS III requirements, foster partnering among interested firms, and to promote competition. As part of NASA/LaRC�s efforts, this RFI notice is issued to identify interested sources (prime and subcontractors) and to seek capability statements from interested firms to identify sources capable of satisfying NASA/LaRC�s requirements.�This includes all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this procurement.� The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. � The current FMSS II is a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year period of performance, ending on September 30, 2023. It has both Firm Fixed Price (FFP) or Cost-Plus-Fixed-Fee (CPFF) for Task Orders. The current contract supports the area of high-quality force measurement and strain measurement capabilities for NASA�s programs and projects. This includes, but is not limited to, engineering design, drafting, and manufacturing, instrumenting, repairing, calibrating, and evaluating new and existing force and strain instrumentation. The estimated award date for this contract is on or before August 30, 2023 with contract start date on October 1, 2023. INSTRUCTIONS FOR CAPABILITY STATEMENTS: Interested firms having the required capabilities to meet the FMSS III requirements described herein are provided the opportunity to submit a capability statement and provide additional input in this RFI/SS of�no more than 10 pages.��Specifically indicate your interest in performing as a prime and/or subcontractor and provide specific details that would demonstrate your firm�s ability to perform all aspects of the effort (See the draft FMSS III PWS provided for information purposes only). � Section 1: Provide the following information regarding your firm: (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). Specifically, indicate if your firm DOES NOT wish to be placed on an Interested Sources List.� If a firm does not object to being on the FMSS III Interested Sources List, NASA/LaRC will post the company�s name and POC information on sam.gov to foster partnering and subcontracting. There is no requirement to be on the interested sources list to participate in the future.� Interested firms may also add their information using the sam.gov �Interested Vendors� function for this acquisition/procurement. � Section 2:� Detail your firm�s (a) ability to perform any or all aspects of the effort; (b) list of customers covering worked performed within the past five (5) years (if applicable, please list at least 3 customers) highlighting relevant work performed, technical description, contract number, contract type, dollar value of each procurement, NAICS code, and procurement and technical points of contact (email address and phone number).� If a small business concern is interested to participate at the prime contractor level, provide specific details reflecting your capabilities to perform the broad requirements and note the requirement to comply in accordance with FAR 52.219-14, Limitations on Subcontracting regarding similarly situated firms. In addition, please provide input for the following: Ways to foster innovation in the performance of the FMSS III contract, including revisions to the current FMSS PWS to allow for contractor support of innovations that will be beneficial to the FMSS program. Input regarding (a) the current contract structure, particularly the contract type (multiple-award IDIQ contract with FFP and CPFF task orders); (b) suggestions regarding contract type for the FMSS III services; and (c) input regarding the performance period (current FMSS contract is 5 years), particularly related to the pros/cons to extend the period of performance beyond�5 years (e.g., 7 years, 10 years). Please advise if the requirement is considered a commercial or commercial-type product.� A commercial item is defined in FAR 2.101. Section 3: Separate from the capability statement and associated page limit identified above, NASA/LaRC is also seeking input form industry in support of NASA�s commitment to Diversity, Equity, Inclusion, and Accessibility (DEIA) and Executive Order (EO) 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government. �NASA/LaRC is seeking input to advance DEIA and remove barriers for members of underserved communities related to this requirement.� Interested firms are highly encouraged to gain a full understanding of the EO and NASA�s strategic plans to meet the EO.� The following is provided for reference only https://www.nasa.gov/press-release/nasa-launches-mission-equity-seeks-public-input-to-broaden-access.� Input is sought for strategies to advance DEIA which includes, but not limited to: Opportunities to engage essential segments of industry, particularly small business, that may not be aware of or have participated in the FMSS procurement in the past. Potential barriers to diversity, equity, and inclusion in the acquisition and performance of the FMSS contract to foster and advance reaching underserved or underrepresented communities and a more diverse and inclusive contractor/subcontractor workforce, and challenges and opportunities NASA/LaRC should consider to maximize opportunities for small business concerns. Contracting strategies that NASA/LaRC should consider making it more conducive for small businesses to participate in this procurement, including approaches to streamline the pre-award competitive process (e.g., industry conferences, proposal instructions) and post-award activities/requirements (e.g., reporting). No solicitation exists; therefore, do not request a copy of a solicitation. If additional information is released it will be available on www.sam.gov. It is the interested firm�s responsibility to monitor this website for the release of information, synopsis, and/or solicitation. Potential offerors will be responsible for downloading their own copy of all information.� Interested firms are encouraged to select �Follow� in SAM.GOV for the posting of this acquisition/procurement to receive updates and changes. All responses should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this SS. NASA will not pay for any information solicited under this RFI/SS. Although NASA LaRC will consider all information provided by potential sources, respondents will not be notified of the results of the review. Responses shall be submitted electronically via email to Ambreen M Sanchez, larc-fmss3@mail.nasa.gov, no later than 3 PM EST on 19 January 2023.� Please reference �FMSS III RFI/SS� in any response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f422a7c376d04af484f69311ea7289ab/view)
 
Place of Performance
Address: Hampton, VA, USA
Country: USA
 
Record
SN06557713-F 20230107/230105230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.