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