Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOLICITATION NOTICE

L -- TECHNICAL SERVICES FOR MODAL ACOUSTIC EVALUATION (MAE) EQUIPMENT AND TESTS

Notice Date
5/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
LAJ-4200041421
 
Response Due
5/21/2004
 
Archive Date
5/7/2005
 
Point of Contact
Lionel E Nadeau, Contract Specialist, Phone (757) 864-2434, Fax (757) 864-8863, Email Lionel.E.Nadeau@nasa.gov - Terri D Williams, Contract Specialist, Phone (757) 864-2254, Fax (757) 864-7709, Email Terri.D.Williams@nasa.gov
 
E-Mail Address
Email your questions to Lionel E Nadeau
(Lionel.E.Nadeau@nasa.gov)
 
Description
NASA/LaRC has a requirement for Technical Assistant Services to support the next phases of modal acoustic evaluation (MAE) monitoring of tests upon aerospace hardware. The MAE uses MAE equipment manufactured by Digital Wave Corporation. The technical assistance support is necessary for test preparation, data acquisition and final data analysis, and to purchase supporting MAE equipment and supplies as needed in accordance with the statement of work provided as Attachment 1 to this synopsis. NASA/LaRC intends to purchase the technical services from Digital Wave Corporation (DWC). DWC is the manufacturer of the MAE equipment owned and used by NASA to measure the response of the Space Shuttle components to impact damage for the Space Shuttle return-to-flight program. DWC has unique expertise of DWC-manufactured MAE equipment and specific knowledge about modal acoustic evaluation related to impact damage upon the Space Shuttle hardware. Additionally, only DWC has accumulated extensive experience and knowledge of Space Shuttle structures, including the wing leading Reinforced Carbon Carbon (RCC) structures and the wing tile acreage structures. Accordingly, DWC is the only source capable of satisfying the government's requirement. FAR 13.501 is the authority for procuring from a sole source. The government intends to award an indefinite delivery / indefinite quantity (IDIQ) type purchase order to include a one (1) year Basic period and four (4), one (1) year option periods. The Government intends to acquire a commercial item using FAR 12 and 13.5 procedures. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on May 21, 2004. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. As a minimum, offerors shall include in their response the following: 1. A detailed explanation of their specific operational knowledge and experience using DWC-manufactured MAE equipment; 2. Experience and knowledge of repairing DWC-manufactured MAE equipment; 3. Identify specific experience conducting MAE testing of Space Shuttle structures, including the wing leading Reinforced Carbon Carbon (RCC) structures and the wing tile acreage structures using DWC-manufactured MAE equipment; 4. Capabilities, specific experience and qualifications to perform the tasks identified Attachment 1 - Statement of Work. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Interested offerors shall submit replies to this synopsis to BOTH Lionel Nadeau AND Terri Williams. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#110253)
 
Record
SN00582163-W 20040509/040507212547 (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.