Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2002 FBO #0102
SOLICITATION NOTICE

A -- BIOASTRONAUTICS CONTRACT

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BL
 
ZIP Code
00000
 
Solicitation Number
9-BL-23-2-03P
 
Archive Date
3/13/2003
 
Point of Contact
Steve Janney, Contracting Officer, Phone (281) 244-5840, Fax (281) 483-8529, Email stephen.h.janney1@jsc.nasa.gov
 
E-Mail Address
Email your questions to Steve Janney
(stephen.h.janney1@jsc.nasa.gov)
 
Description
NASA/JSC plans to issue a Request for Proposal (RFP) for support of Bioastronautics activities at the Johnson Space Center. The contract will combine support activities for the Office of Bioastronautics in the Space and Life Sciences Directorate (S&LSD). This support is currently being provided through multiple contracts. The scope of work includes: fundamental and applied biomedical research; biotechnology development; operational space medicine; clinical laboratories; human factors engineering; space food laboratory; biomedical engineering; biomedical hardware design, fabrication, and testing; payload and hardware integration with Shuttle and the International Space Station; and space flight operations. It is anticipated that the solicitation will include a provision for providing Bioastronautics facilities. Some government furnished facilities will be made available, but the potential contractor will be required to provide the complementary and supplemental facilities required to fully accomplish the Bioastronautics mission. The anticipated contract will be a Cost Plus Award Fee and Award Term Contract with a basic period of five years. Additionally, five one-year award term periods will be available making the period of performance potentially up to 10 years. This will be a hybrid contract and structured as follows: a. Performance-based Completion form - This will cover the core capabilities under the contract that include management and administrative and baseline laboratory capabilities supporting IDIQ and LOE work issued under the contract. b. Performance-based Indefinite Delivery Indefinite Quantity (IDIQ) - This will include Bioastronautics research and operations support and flight hardware development and integration. Task/delivery orders will be issued and may be either cost reimbursement and/or fixed price. c. Level of Effort (LOE) - This will cover start-up research support, problem solving, and contingency tasks. The contract will require the contractor to have an Earned Value Management System (EVMS). The criteria for a compliant EVMS can be found in NASA Policy Directive 9501.3. The NAICS Code and Size Standard are 541710 and 1000 employees, respectively. The small business goals that will be incorporated into the contract are as follows: Small Business Concerns: 30% Small Disadvantaged Business (SDB) Concerns: 16% Woman-Owned Small Business (WOSB) Concerns: 5% HUBZone Small Business Concerns: 3% Veteran-Owned Small Business Concerns: 1% Historically Black Colleges and Universities (HBCU) (includes other minority institutions): 1% Veteran-Owned Business Concerns: 1% Service Disabled Veteran-Owned Business Concerns: 3% NASA intends to release a draft RFP for industry comment before release of a final RFP. A pre-proposal conference is planned after the release of the final RFP. All interested parties shall notify the point of contact of the RFP to request inclusion into pre-proposal activities. The schedule and other details of the pre-proposal conference will be identified in the draft RFP. The provisions and clauses in the RFP are those in effect through FAC 01-05. The anticipated release date of a draft RFP for industry comment will be about 4/11/02 with release of the final RFP 9-BL-23-2-03P on or about 5/9/02 with an anticipated proposal due date on or about 7/09/02. Past Performance data will be requested to be submitted two weeks prior to the anticipated proposal due date. These dates are preliminary and specific dates will be included with the documents when they are released. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The DPAS rating for this procurement is DO-C9. All qualified responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any procurement documents related to this solicitation will be available over the Internet. These documents will be in Microsoft Office 97 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=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). No paper copies will be mailed. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#100003)
 
Record
SN00041170-W 20020314/020313095239 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.