Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593

NASA/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