|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BH 99 -- INTRAVEHICULAR CREW AVIONICS AND ROBOTICS EQUIPMENT, SYSTEMS,
AND TOOLS SOL 9-BH2-49-9-07P 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-
9-07P. E-MAIL: Jennifer K. Ariens, ivest1@jsc.nasa.gov. NASA/JSC plans
to issue a Request for Offer (RFO) for Intravehicular Crew Avionics
and Robotics Equipment, Systems, and Tools. The two product areas
covered under this solicitation number 9-BH2-49-9-07P are described
below. This synopsis will cover two of the six product areas addressed
in the original request for information/sources sought synopsis
(9-BH2-49-9-06P). The scope of work 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 equipment (GSE)
and flight units to be supplied to NASA flight programs. The Government
anticipates awarding multiple contracts under this mid-range RFO. The
contracts will be indefinite delivery/indefinite quantity, and work
will be authorized via delivery orders, which may be fixed price or
cost type. The contracts are anticipated to cover a five-year period of
performance. There are two product areas that will be solicited through
this acquisition: 1. Crew Avionics Equipment -- consists of electrical
and electronic hardware elements and associated software used for crew
accommodations and support, and for conducting non-critical mission
operations. Examples of such devices include, but not limited to: audio
microphones, headsets and recorders; video tape recorders and
camcorders; video displays, video processors, compressors, and
distribution amplifiers; wireless personal communications handsets; and
personal laptop computers, components and accessories (including power
supplies, battery chargers, battery adapters, interface cables). 2.
Robotics Equipment -- consists of mechanical, electrical, electronic,
electromechanical and software elements that perform Intravehicular
Activity (IVA) tasks/funcitons operating in an autonomous and/or
tele-operated mode. Examples of IVA robotic tools hardware, equipment,
and associated systems include, but not limited to: small robotic
components, robotic systems, robotic tools, electronic system elements,
control stations, hand controllers, and IVA cameras and brackets. 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 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 SIC Code and Size Standard are
3769 and 1,000 employees, respectively. The DPAS Rating for this
procurement is D0-C9. The provisions and clauses in the RFO and model
contract are those in effect through FAC 97-15. All qualified
responsible sources may submit an offer which shall be considered by
the agency. The anticipated release date of RFO 9-BH2-49-9-07P is on or
about February 25, 2000 with an anticipated offer due date of on or
about March 27, 2000. This procurement is for full and open
competition. All qualified responsibe sources may submit a proposal,
which shall be considered by the agency. An ombudsman has been
appointed -- See Internet Note "B". Potential offerors that would like
to place their name on a potential bidder's list should send an e-mail
to ivest1@jsc.nasa.gov with point-of-contact information. This
information will be posted for the purposes of stimulating competition
and encouraging small business participation. 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, 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 home
page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73
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 and amendments (if any).
Potential offerors will be responsible for downloading their own copy
of the solicitation and amendments (if any). Any reference notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
. Posted 01/11/00 (D-SN415048). (0011) Loren Data Corp. http://www.ld.com (SYN# 0269 20000113\99-0007.SOL)
99 - Miscellaneous Index Page
|
|