Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1997 PSA#1960

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

J -- ELECTRONICS FABRICATION AND ELECTRONIC EQUIPMENT SUPPORT SOL 1-135-GJE.8762 DUE 121997 POC Tracy M. Spruill, Contract Specialist, Phone (757)-864-2538, Fax (757) 864-8863, Email T.M.SPRUILL@larc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/LaRC/date.html#1-135-GJE.8762. E-MAIL: Tracy M. Spruill, T.M.SPRUILL@larc.nasa.gov. NASA Langley Research Center (LaRC) plans to issue a Request for Proposal (RFP) for Electronics Fabrication and Electronic Equipment Support to NASA LaRC Hampton, Virginia. An advance notice is published herein to provide information about services that are required. The Contractor shall provide technical support to fabricate research-oriented electronics circuitry to include circuit assemblies for ground support, aircraft, spaceflight, laboratory, and research facility instrumentation requirements. These services shall encompass four functional Electronics Fabrication work areas with daily support services provided for: General Electronics Fabrication, Aircraft Electronics Fabrication, Microelectronics Fabrication, and Special Fabrication Processes. In addition, the Contractor shall provide Electronic Equipment Support consisting of various maintenance, repair, and other related services for a variety of Government-owned Computer Numerical Control (CNC) and conventional machinery and equipment. This procurement action is intended to result in a performance based cost plus incentive fee contract with work requests being issued by the Government containing performance standards/metrics specified therein. The total potential period of performance including options is 5 1/2 years consisting of a 1-year base period and options for four 1-year periods and six 1-month periods. This procurement will be conducted under full and open certification guidelines and will include a small disadvantaged business subcontracting goal. This procurement will require that no later than 12 months after award of the contract, the Contractor shall be certified by a third party registrar as compliant with the requirements of the current version of the International Organization for Standardization s ISO 9001 or ISO 9002 Standard Series or the American National Standards Institute/American Society for Quality Control's Q9001 or Q9002 series and associated documentation. The work locations for this effort is estimated as follows forthe areas of work described above: General fabrication 70 percent contractor facility, 30 percent LaRC locations; Aircraft Fabrication 100 percent LaRC Building 1244; Microelectronics Fabrication 100 percent LaRC Building 1238; Special Fabrication Processes 95 percent contractor facility, 5 percent various LaRC locations; and Electronic Equipment Support 100 percent performed at LaRC. Support will be provided primarily for first shift operations, but some second and third shift work is required. The contractor should be prepared to perform emergency support work in all work areas on a 24-hour, 7-days a week basis. A 1-hour response time to urgent work requests after the call is placed by the Government is required. In performing this effort, the contractor must comply with the quality provisions set forth in NASA Assurance Standards Publications NAS/NHB 5300.4 Series. Personnel qualifications and certifications shall be in accordance with the NASA Standards Publications. Specific work area requirements are :ELECTRONICS FABRICATION SUPPORT -- General Electronics Fabrication -- This includes electronics fabrication support to produce general electronics circuitry and hardware. Requirements range from fabrication and assembly of printed circuit boards, cable assemblies, wiring harnesses, and electronics chassis; to installation and wiring of complete research test facilities; to fabrication and assembly of electronics hardware components and subsystems for Center's aeronautical or aerospace research projects. Aircraft Electronics Fabrication -- This includes electronics fabrication support to produce aircraft electronics circuitry such as data acquisition instrumentation, telemetry systems, electronic display units, and a variety of ground support equipment for LaRC's flight research aircraft. Microelectronics Fabrication -- This includes the performance of technical functions necessary for microelectronics circuit and sensor fabrication such as deposition of materials, photochemical patterning of circuit elements and interconnections, mounting of microminature components, etc. Special Fabrication Processes -- This includes printed circuit board fabrication; photoplotting, photographing, and processing of printed circuit board electronic artwork data files; graphics-related processes including computerized engraving and vinyl cutting, metal photo imaging and graphics artwork layout and other related processes; and coatings application processes including conformal coating staking, encapsulating and other related processes. ELECTRONIC EQUIPMENT SUPPORT -- Electronic equipment support involves the installation, repair, maintenance, assembly, modification, setup, operation, testing, and calibration of a variety of Government-owned Computer Numerical Control (CNC) and conventional machinery and equipment such as CNC controllers, positioning controls and readouts, speed controls, interfacing/networking equipment, and electrical discharge machines. There are approximately 60 machine tools to be serviced onsite. Over 90 percent of the work requests are 10 hours or less in duration. A list of this equipment will be provided as part of the Request For Proposal (RFP). The provisions and clauses in the RFP are those in effect through FAC 97-1. The Government does not intend to acquire this requirement as a commercial item using FAR Part 12. See Note 26. The SIC Code and Size Standard are 7629 and $5.0 million, respectively. The DPAS rating for this procurement is DO-C9. The anticipated release date of RFP 1-135-GJE.8762 is on or about December 19, 1997, with an anticipated proposal due date of on or about January 22, 1997. A draft RFP will be issued on or about November 14, 1997. All qualified responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed. See Internet Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/LaRC Business Opportunities page is http://procurement.nasa.gov/EPS/LaRC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the aforementioned Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0297)

Loren Data Corp. http://www.ld.com (SYN# 0042 19971028\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page