Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOURCES SOUGHT

R -- SAFETY & MISSION ASSURANCE SUPPORT SERVICES

Notice Date
7/28/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK04073694R
 
Response Due
8/4/2004
 
Archive Date
7/28/2005
 
Point of Contact
Marco Pochy, Contracting Officer, Phone (321) 867-8567, Fax (321) 867-1188, Email marco.l.pochy@nasa.gov
 
E-Mail Address
Email your questions to Marco Pochy
(marco.l.pochy@nasa.gov)
 
Description
NASA/KSC is hereby soliciting information about potential sources for Safety and Mission Assurance Support at the Kennedy Space Center. The effort will consist of non-personal technical services supporting the Safety and Mission Assurance Directorate at the Kennedy Space Center, FL. The objective is to provide support for NASA KSC programs and institutions, specifically related to the following NASA applications; Shuttle Processing, International Space Station Processing, Payload Processing, Expendable Launch Vehicles (Heritage and Evolved), Design, engineering and technology processes, Laboratories and Facilities. Some of the required S&MA functions include: Software Assurance, Human Factors, Range Safety, System Safety, Quality Engineering, Risk Management, Reliability, Maintainability, Safety and Quality Inspections, Quality Program, Oversight/Insight, Trend Analysis, Forecasting, Statistical Sampling, Statistical Process Control, Operational probabilistic decision making, Propellant and Explosive Safety, Radiation Safety, Lifting Device Safety, OSHA Voluntary Protection Program (VPP) Certification maintenance, Aircraft Safety and Quality, Railroad Safety, High Pressure System Safety, Construction Safety, Occupational Safety (OSHA compliance), Cryogenics Safety, Facility Inspections, Job Hazard Analysis, SMA tools/application development (software), SMA Policy recommendations, Procurement Assurance, Receipt Inspection, Safety and Mission Assurance Training Development, Testing, Process assessments, Focused investigations, Mishap investigations, Hazard Analysis, Government-Industry Data Exchange Program (GIDEP), Probabilistic Risk Assessment (PRA), Fault Tree Analysis (FTA), Failure Modes and Effects Analysis/Critical Item List (FMEA/CIL), Process Failure Modes and Effects Analysis (PFMEA?s), Safety Assurance Analysis (SAA), Benchmarking, Configuration management, Field verification, Electronic, Electrical, Electromechanical (EEE) Parts Management, SMA Resource Analysis, Processing Safety, and Spacecraft Integration Safety. Note that this includes the review of work done by other contractors and other NASA organizations. This work may, at times, be sensitive; therefore, requiring confidentiality. Since the contract will include review of other contract work, this contractor may not have any official association with any other KSC support contractor. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. This procurement is anticipated to be a competitive set-aside for small business firms in NAICS code 541710, with a size standard of 1,000 employees. It is currently anticipated the base period of performance to be no more than two years with three one year options. This requirement is subject to the Service Contract Act of 1965, with primary places of performance at Kennedy Space Center, FL. However, some resident support may be required at Vandenberg Air Force Base, CA or any other NASA installation or NASA contractor facility. All responses shall be submitted to Marco Pochy, Contracting Officer, NASA/KSC, Mail Code: OP-OS, Kennedy Space Center FL 32899 no later than August 04, 2004. Please reference NNK04073694R in any response. Any referenced notes may be viewed at the following URLs linked below. NASA/KSC is soliciting information.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#111566)
 
Record
SN00632453-W 20040730/040728212947 (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.