Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515

NASA/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