|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1996 PSA#1615NASA-Ames Research Center, Acquisition Division, Mail Stop 227-4,
Moffett Field, CA 94035-1000 M -- OPERATION, MAINTENANCE, REPAIR, ENGINEERING AND TECHNICAL
SERVICES FOR WIND TUNNEL AND SIMULATOR FACILITIES SOL RFP2-36564(RRG)
POC Contract Specialist: Ronnee R. Gonzalez, (415)604-4386, Fax:
(415)604-4357; Contracting Officer: Barbara R. McKeag, (415)604- 5086,
Fax: (415)604-4646 This synopsis is for information and planning
purposes only and does not constitute a Request For Proposal. -- The
purpose of the Request for Comment (RFC) is to afford industry an
opportunity to comment on any perceived issues with regard to the
impact of Performance Based Contracting, issuance of a single
solicitation with choices for proposing, and to allow the Govern ment
to receive the benefit of industry comments. -- The Government's
purpose in providing an opportunity for industry comment is to identify
potential problem areas, and provide alternative recommendations in
order to enhance the success of this initiative. -- The Government
believes industry feedback is important, and is receptive to any and
all ideas from industry which would result in eliminating constraining
requirements, realizing cost savings, or highlighting potential
technical or contractual problem areas associated with this initiative.
-- Any comments provided should not be viewed as a vehicle for
presenting a specific approach or product intended to be proposed but
as an opportunity to improve the final solicitation package. -- A
presolicitation synopsis will be issued prior to release of the
solicitation. -- This procure ment is for the Operation, Maintenance,
Repair, Engineering and Technical Services for Simulator Facilities,
Wind Tunnel Facilities, Wind Tunnel Calibration Laboratories,
Hypersonic Gun Ranges, Arc Jets, and High Pressure Air and Steam Vacuum
Systems at Ames Research Center (ARC). -- The Simulator Laboratories
(SimLab) include the Crew Vehicle Systems Research Facility (CVSRF) and
the Vertical Motion Simula tion Complex (VMSC). The CVSRF and the VMSC
include embedded computing systems, graphics systems, real-time
software systems, and other specialized sub-systems. The CVSRF is a
unique national research tool used primarily to study basic human
factors issues critical to developing an understanding of the
mechanisms and environmental factors that can lead to human errors in
the national aviation system. The CVSRF includes two full-mission
flight simulators: a Boeing 747- 400 and an Advanced Concepts Flight
Simulator; and an Air Traffic Control Simulator. The VMSC is comprised
of several laboratory systems which include the Vertical Motion
Simulator (VMS) and interchangeable simulator cockpits. Further
information is available online at: http://scott.arc.
nasa.gov/code_a/code_ao/simlabs_AOO-AOS/index.html -- The Wind Tunnel
and Related Facilities include, but are not limited to: Subsonic Wind
Tunnels, Pressure Wind Tunnels, Transonic Wind Tunnels, Outdoor
Aerodynamic Research Facility, Propulsion Simulator Calibration
Laboratory, Balance Calibra tion Laboratory, Ames Vertical Gun Range,
Hypersonic Free Flight Aerodynamic Facility, Pressurized Ballistic
Range, Electronic Arc Shock Tube, Fluid Mechanics Laboratory, High
Pressure Air System, and the Steam Vacuum System. The Services required
include management, engineering, mechan ical, electrical, electronics,
controls, instrumentation, operations, maintenance, software,
graphics, data systems, adminstrative, and clerical. -- The period of
performance will be for a 1-year base period with four 1 year option
periods. -- Currently, the Government is acquiring these activities on
Cost-Plus-Award-Fee, Level-of-Effort (LOE) contracts. Under the
successor contract(s), the LOE approach will be replaced with
Performance Based require ments and will be restricted to the
acquisition of ''out comes or outputs'' where the period of performance
and scope will be limited to work and products that can be well defined
and priced. In no event will open-ended requirements be issued which
lack discrete objectives or deliverables. --Comments are solicited
regarding the following: (1) Based on decreasing budgets and a need to
maintain facilities and services at prior fiscal year levels, ARC
anticipates the negotiation of a ''Performance Based'' contract(s) with
an objective, measurable quality assurance surveillance plan, and
associated fee structure; (2) Selec tion will be made in a manner most
advantageous to the Government and significant emphasis will be
afforded to past performance in providing similar services as an
evaluation criterion in determining award; (3) A single solicitation
with provision for contract award of either one consolidated overall
contract or two contracts: one contract for the CVSRF and VMSC
facilities and one for the Wind Tunnel and Related Facilities; -- (4)
A single solici tation with provision for contract award of two
contracts: one contract for the CVSRF and VMSC facilities and one for
the Wind Tunnel and Related Facilities; -- (5) Issues and problems
regarding (3) and (4) with reference to Organiza tional Conflicts of
Interest. Current Organizational Conflicts of Interest clauses for the
SimLab contracts preclude contractors who engage in significant
commercial design, development or production of aircraft, airframes,
aircraft engines, avionics systems, or flight controls and display
systems. For the Wind Tunnel and Related Facilities, contractors are
precluded from designing, developing, or producing aircraft or airframe
of the kinds that are tested in the Wind Tunnel Facilities. -- (6)
Comments, whether supportive or critical, are earnestly solicited
regarding every aspect of the proposed initiative. -- Replies are not
mandatory. -- The use of comments received from industry to complete
final statements of work and resulting solici tation documents will be
at the discretion of ARC. -- Contractors are encouraged to be
innovative in their comments related to metrics, as well as possible
contract type and management. -- Any subsequent solicitation will be
synop sized prior to its release. -- The Government will not critique
a potential offeror's comments and the RFC should not be used by
offerors to market their products/services. -- The Government does not
intend to pay for the information solicited and will not recognize any
costs associated with submission of this RFC. -- Proprietary
information is not being solicited. -- Information considered
proprietary, if any, should be identified as such. -- Response to this
synopsis must be submitted in writing to the Contracting Officer at
the above address no later than June 25, 1996. Facsimile transmission
to 415-604-4357 or by Internet e-mail to
ronee_gonzalez@qmgate.arc.nasa.gov is acceptable. NASA- Ames Research
Center has an active Home Page. It is available at the following
URL:http://Procure.arc.nasa.gov/Acq/Acq.html via a worldwide web
browser such as Mosaic, Netscape, or similar application. The Home Page
contains our synopses, subsequent solicitations, information on the
NASA acquisitions, and related helpful information. (0163) Loren Data Corp. http://www.ld.com (SYN# 0076 19960612\M-0004.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|