Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1997 PSA#1879

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BE

17 -- EXTRAVEHICULAR ACTIVITY/ROBOTICS HARDWARE DESIGN, DEVELOPMENT, TEST AND FABRICATION SOL 9-BE13-09-7-28P POC Stephanie D. Hunter, Contract Specialist, Phone (281) 483-8523, Fax (281) 244-5331, Email shunter@ems.jsc.nasa.gov -- Ann S. Sullivan, Contracting Officer, Phone (281) 483-1863, Fax (281) 244-5337, Email asulliva@ems.jsc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/JSC/date.html#9-BE13-09-7-28P. E-MAIL: Stephanie D. Hunter, shunter@ems.jsc.nasa.gov. This is a modification to the synopsis entitled EXTRAVEHICULAR ACTIVITY/ROBOTICS HARDWARE DESIGN, DEVELOPMENT, TEST AND FABRICATION, which was posted on December 13, 1996. The Synopsis is revised as follows: NASA/JSC plans to issue an RFP for Extravehicular Activity/Extravehicular Robotics (EVA/EVR) hardware design, development, test, and evaluation (DDT&E). The contract will include provisions for EVA and EVR DDT&E and hardware fabrication for the Space Shuttle and Space Station and design and fabrication support for advanced development programs. A portion of this equipment consists of direct-derivatives of commercially available tools. This synopsis is related to sources sought synopsis 9BE13-95-7-79P published June 25, 1997. The Government may award multiple contracts. The contracts will be indefinite delivery/indefinite quantity contracts, and work will be authorized via delivery orders which may be commercial fixed price, noncommercial fixed price, or cost type. Delivery orders will be competed among selected vendors. The contract will be for a 2-year basic contract with one 2-year option, and one 1-year option. The Government may provide some test facility/chambers. These will be described in detail in the RFP. A draft RFP is contemplated for release July 10, 1997, or shortly thereafter with a "Bidder's Conference" scheduled for July 21, 1997. If you would like to attend the Bidder's Conference, please notify one of the technical contacts below so that adequate space can be provided for potential bidders. The RFP will be structured in two parts. Tasks performed under Part I will be commercial fixed price delivery orders structured for commercial items. Tasks performed under part II will be of the cost type and other noncommercial fixed price type delivery orders. Commercial vendors may respond to Part I only. Vendors responding to Part II must also respond to Part I. This will be explained in detail at the Bidder's conference. No solicitation exists at this time, so do not request a copy of the solicitation. For technical information, contact Timothy Brady (281) 483-9118, (e-mail: timothy.k.brady1@jsc.nasa.gov), or Dale Roberts, (281) 483-7539, (e-mail: dale.r.roberts1@jsc.nasa.gov). See numbered Note 26. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed to hear concerns from offers and potential offerors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals, the source selection process, or the ajudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Tom Akers at 281-244-8724. Concerns, issues, and disagreements which cannot be resolved at the installation may be referred to the NASA ombudsman, Tom Luedtke at 202-358-2090. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in MS Word format and will reside on a World-Wide Web (WWW) server, which may be accessed using client browsers, such as, MOSAIC or NETSCAPE. The WWW address,or URL, of the JSC Procurement home page is: "http://www.jsc.nasa.gov/bd2/". It is the offeror's responsibility to monitor this site for solicitation release. Potential offerors will be responsible for downloading their own copy of the solicitation. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0181)

Loren Data Corp. http://www.ld.com (SYN# 0234 19970702\17-0002.SOL)


17 - Aircraft Launching, Landing and Ground Handling Equipment Index Page