|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1997 PSA#1984NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 R -- NATIONAL TRANSONIC FACILITY OPERATIONS SUPPORT (NTFOS); FORMERLY
ENTITLED OPERATION AND ROUTINE MAINTENANCE SUPPORT OF THE ANCILLARY
SYSTEMS OF THE NATIONAL TRANSONIC FACILITY SOL 1-062-DAE.1132 DUE
012098 POC Stanley W. Ward, Contracting Officer, Phone (757)-864-2476,
Fax (757) 864-8863, Email S.W.WARD@larc.nasa.gov WEB: Click here for
the latest information about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#1-062-DAE.1132. E-MAIL:
Stanley W. Ward, S.W.WARD@larc.nasa.gov. NASA/LaRC plans to issue a
Request for Proposal (RFP) for National Transonic Facility Operations
Support (NTFOS), previously referred to as Operation and Routine
Maintenance Support of the Ancillary Systems of the National Transonic
Facility. The NASA National Transonic Facility (NTF) is a continuous
flow wind tunnel used by the Government and industry to perform
aerodynamic research and development studies. The tunnel operates over
a pressure range from 1 to 9 atms, a temperature range from -250F to
+150F and a Mach number range of 0.2 to 1.2. The facility is capable of
operating in a cryogenic (gaseous nitrogen test medium) or in a warm
(air test medium) mode. A detailed description of the NTF can be viewed
and downloaded at http://ad-www.larc.nasa.gov/facility/ntf/ntf.html.
Operation is on a two-shift basis. The contractor shall be responsible
for: plant systems support, including operation of the liquid nitrogen
and ancillary facility support systems; maintenance and calibration of
oxygen monitoring equipment; development and maintenance of facility
computer software, including research data systems and tunnel process
and control systems; maintenance and operation of facility research and
process instrumentation systems; structural analysis of test hardware,
fixtures, and models; and design and document management, including
drafting and records filing/tracking. A cost-plus-fixed-fee contract is
contemplated with a total potential period of performance of 26 months.
The period of performance will include a 14-month base period with
options for up to 12 additional months. It is the Government s intent
that the contract will cease at the end of the 14-month base period and
the services covered therein will after that time be divided among the
other existing Centerwide support contracts for the appropriate
services. The options for up to 12 additional months of performance are
included to cover any unanticipated delays in the transition of this
work. The projected contract start date is April 22, 1998. A draft RFP
will be issued on or about November 21, 1997 at the following URL
address:
http://procurement.nasa.gov/EPS/LaRC/Synopses/SS273/sol.html#DraftSol.
The Draft RFP will describe the only planned site visit/conference for
this procurement; this conference, tentatively scheduled for December
5, 1997, will be described in detail in Section L-28 of the Draft RFP.
The sources sought synopsis for this procurement was numbered SS273.
The provisions and clauses in the RFP [or IFB] are those in effect
through FAC 97-02 The Government does not intend to acquire a
commercial item using FAR Part 12. See Note 26. The SIC Code and Size
Standard are _8744__ and __$5M_, respectively. The DPAS rating for this
procurement is DO-C9__ The anticipated release date of RFP
1-062-DAE.1132 is on or about December 19, 1997, with an anticipated
proposal due date of on or about January 20, 1998. 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.
(0335) Loren Data Corp. http://www.ld.com (SYN# 0062 19971203\R-0008.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|