|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail
Code: BH R -- MAINTENANCE & OPERATIONS OF THE NEUTRAL BUOYANCY LAB, SPACE
VEHICLE MOCKUP FACILITY, & SUSTAINING ENGINEERING ON SPACE STATION
AND SPACE SHUTTLE MOCKUPS SOL 9-BH3-24-0-07P DUE 052200 POC Mike
Lonchambon, Contract Specialist, Phone (281) 244-5151, Fax (281)
483-2991, Email michael.j.lonchambon1@jsc.nasa.gov -- Carrie L. Ash,
Contracting Officer, Phone (281) 483-4151, Fax (281) 483-2991, Email
carrie.l.ash1@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-BH3-24-0-07P-07P. E-MAIL: Mike Lonchambon, michael.j.lonchambon1@jsc.nasa.gov.
NASA/JSC plans to issue a Request for Proposal (RFP) for the operation,
maintenance, and sustaining engineering of two key human space flight
training facilities at the NASA Johnson Space Center: the Neutral
Buoyancy Laboratory (NBL) and the Space Vehicle Mockup Facility (SVMF).
The NBL provides neutral buoyancy support to the Space Shuttle Program
(SSP), International Space Station (ISS), and future space programs.
Extravehicular (EVA) and intravehicular (IVA) simulations are performed
at the NBL in support of astronaut crew training, real time mission
support, procedures development and verification, crew capabilities and
workload limit evaluations, hardware design, validation, and
development, and crew bailout training. The facility centers around a
202-feet long, 102-feet wide, and 40 -feet deep-water tank that has
standard filtering, chlorinating, and pumping subsystems. Additional
NBL subsystems include diving equipment, a buoyancy control system, a
water treatment system, an environmental control system, a breathing
gas system(NITROX), a closed circuit television system, a
communications system, multiple crane systems, remote manipulator
systems (Shuttle and Station), hyperbaric treatment chamber systems and
a diver voice communication system. The facility also contains adequate
administrative space and provisions for technical support functions,
EVA suit support functions, EVA tool stowage and maintenance, test
control room support, utility support, mockup and trainer support,
including stowage provisions, and a public visitor area. The contractor
is responsible for performing the following functions: Neutral buoyancy
administration, neutral buoyancy operations, neutral buoyancy
sub-system maintenance and sustaining engineering, neutral buoyancy
capability enhancements and mockup maintenance and sustaining
engineering functions. The contractor shall be responsible for meeting
the following general requirements: (1) Provide adequate neutral
buoyancy capability to support the Shuttle/Station flight manifest.
This includes buildup and execution of productive neutral buoyancy runs
as well as real-time mission support and NBL/subsystem sustaining
engineering and maintenance. (2) Ensure the safety of personnel and
equipment (3) Develop, maintain, and provide NASA with detailed task,
schedule and budget plans for all projects. Provide performance metrics
(technical, schedule, and budget) to the NASA on a periodic basis. (4)
Comply with mandates stipulated in applicable regulations and JSC
Management Directives. (5) Comply with NASA Quality Assurance program.
This includes development of and/or conformance with ISO 9000 system
level procedures and work instructions and NASA's VPP. The Space
Vehicle Mockup Facility in building 9A/B at the Johnson Space Center is
comprised of full-scale International Space Station module mockups,
three full-scale Space Shuttle mockups, two air bearing facilities, a
partial gravity simulator, and various part-task mockups and trainers.
Each mockup has a variety of subsystems including electrical,
communication, video, breathing air for suited exercises, caution and
warning and on-board laptop computer support. Some of these subsystems
are confined to individual mockups and some are shared between
mockups. The High Bay area of building 9 is 57 feet high and covers
21,250 square feet. There are two bridge cranes, each having one 20 ton
capacity hook and one 5 ton capacity hook. The facility also contains
adequate administrative space and provisions for technical support
functions, utility support, mockup and trainer support and maintenance,
and a public visitor area. Audio and video links exist between most
facilities in the SVMF and other buildings on site. The contractor is
responsible for operating and maintaining the SVMF to support astronaut
training, real-time mission support, procedures development,
engineering and flight operations evaluations, Public Affairs Office
(PAO) activities, and other events and activities as scheduled. The
contractor is also responsible for implementing new mockup requirements
as defined or approved by NASA. These range from making small changes
to existing mockups to potentially building new module mockups. The
contractor is responsible for the following functions: (1) management
to ensure the delivery of all SVMF products and services; (2) project
engineering and design engineering functions; (3) fabrication and
assembly functions; (4) scheduling systems for controlling,
integrating, and statusing work activity; (5) work control processes
and procedures to ensure that development, operations, engineering
evaluations, training, maintenance, and modification activities are
properly controlled, authorized and supported; (6) operations including
emergency and contingency operations; (7) problem resolution
independently or in concert with NASA to assure resolution of
design-related problems affecting operations; (8) ensure the safety of
personnel and equipment; (9) comply with the NASA Quality Assurance
program. This includes development of and/or conformance with ISO 9000
system level procedures and work instructions and NASA's VPP. The
provisions and clauses in the RFP are those in effect through FAC
97-17. The Government does not intend to acquire a commercial item
using FAR Part 12. See Note 26. The SIC Code and Size Standard are 8711
and $20M, respectively. The DPAS rating for this procurement is DO-C9.
The anticipated release date of RFP 9-BH3-24-0-07P is on or about
August 1, 2000 with an anticipated proposal due date of on or about
October 1, 2000. A draft Statement of Work and RFP will be issued for
industry comment. Additionally, a pre-proposal conference may be held.
Interested parties shall notify the listed points of contact to
request inclusion into pre-proposal activities. 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 inMicrosoft
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://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73n=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 referenced notes can
be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 05/02/00
(D-SN450403). (0123) Loren Data Corp. http://www.ld.com (SYN# 0063 20000504\R-0005.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|