|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1999 PSA#2492NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BH 99 -- INTRAVEHICULAR EQUIPMENT, SYSTEMS, AND TOOLS (IVEST) SOL
9-BH2-49-9-06P DUE 021100 POC Jennifer K. Ariens, Contract Specialist,
Phone (281) 483-2643, Fax (281) 483-2013, Email ivest1@jsc.nasa.gov --
Keith D. Hutto, Contracting Officer, Phone (281) 483-4165, Fax (281)
244-5337, Email ivest1@jsc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BH2-49-
9-06P. E-MAIL: Jennifer K. Ariens, ivest1@jsc.nasa.gov. NASA/JSC plans
to issue a Request for Proposal (RFP) for Intravehicular Equipment,
Systems, and Tools (IVEST), which includes Intravehicular Activity
(IVA) Crew Equipment/Habitability Outfitting Equipment. These two
product areas will be covered under solicitation number 9-BH2-49-9-06P.
This synopsis covers two out of the six product areas originally
addressed in the request for information/sources sought synopsis posted
September 23, 1999, same number. Crew Avionics Equipment/Intravehicular
(IVA) Robotics Equipment will be a separate synopsis under Solicitation
Number 9-BH2-49-9-07P. Environmental Control and Life Support (ECLS)
Equipment will be a separate synopsis under Solicitation Number
9-BH2-49-9-08P. Biomedical Equipment will be a separate synopsis under
Solicitation Number 9-BH2-49-9-09P. The scope of work for this
solicitation (9-BH2-49-9-06P) shall include the design, analysis,
development, test, evaluation, fabrication, manufacturing,
certification, delivery, maintenance, storage, and repair of
intravehicular equipment, systems, and tools. This includes ground
development and test units, associated Ground Support Equipemnt (GSE)
and flight units to be supplied to NASA flight programs. The Government
anticipates awarding multiple contracts under this RFP. The contracts
will be indefinite delivery/indefinite quantity (IDIQ), and work will
be authorized via delivery orders, which may be fixed price or cost
type. The contracts is anticipated to cover a five-year period of
performance. There are two product areas that will be solicited through
this procurement: 1. Habitability Outfitting Equipment -- consists of
mechanical, fluid, electrical, and electronic hardware elements and
software used to support crew habitability. Examples include crew
quarters and accessories, trash compactors, stowage containers, waste
collection equipment, food warmers, refrigerators, freezers, ovens,
hygiene equipment and drinking water coolers and heaters. 2.
Intravehicular Activity (IVA) Crew Equipment -- consists of mechanical,
electromechanical hardware elements and software required by crew
members in the performance of on-board tasks. Examples include hand
tools, housekeeping equipment, maintenance and diagnostic equipment,
crew restraints, lighting, and crew recreation equipment. The products
and services provided in the Statement of Work (SOW) shall support the
Space Shuttle Program, the International Space Station (ISS) Program,
and Advanced Human Space Flight programs such as Lunar Return and Mars
Programs. The contractor shall work from individual Delivery Orders
(DO) which include detailed task descriptions for all work and
deliverables required to satisfactorily complete each delivery order.
The contractor shall, in response to the DO, furnish personnel,
equipment, materials, resources, and facilities necessary to perform
all work. It is anticipated that the emphasis of the work performed
will be in the areas of flight equipment production, certification,
modification, and qualification of off-the-shelf equipment as flight
equipment. The Government does not intend to acquire a commercial item
using FAR Part 12. See Note 26 The provisions and clauses in the RFP
and those in effect through FAC 97-14. The SIC Code and Size Standard
are 3769 and 1,000 employees, respectively. The DPAS rating for this
procurement is DC-09. The anticipated release date of the final RFP
9-BH2-49-9-06P is on or about January 12, 2000 with an anticipated
proposal due date of on or about February 11, 2000. A draft RFP will be
issued for industry comment on or about December 13, 1999. All
qualitied 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 Internet site, or URL,
for the NASA/JSC Business Opportunities page is:
http://procurement.nasa.gov/EPS/JSC/class.html . Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor the Internet site for the release
of the solicitation adn amendments (if any). Potential offerors will
be responsible for downloading their own copy of the solicitation and
amendements (if any). Any reference notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nasanote.html . Posted
12/07/99 (D-SN406590). (0341) Loren Data Corp. http://www.ld.com (SYN# 0244 19991209\99-0003.SOL)
99 - Miscellaneous Index Page
|
|