Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOURCES SOUGHT

A -- SPECIALIZED ENGINEERING AND PROJECT SUPPORT

Notice Date
12/7/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM06BPARFI
 
Response Due
12/23/2005
 
Archive Date
12/7/2006
 
Description
1. This is a Request for Information (RFI) and not a solicitation. Please note that a solicitation for this effort does not exist and should not be requested. A Presolicitation Synopsis will not be issued. 2. NASA/MSFC intends to place ?best value? Blanket Purchase Agreements (BPAs) for certain specialized engineering and project planning needs that may be necessary to support MSFC requiring organizations, including, but not limited to, the Exploration Launch Office, Science and Missions Systems Office, and the Office of Strategic Analysis and Communications. The MSFC Specialized Engineering and Project Support (SEPS) BPAs will be awarded off the GSA Professional Engineering Services (PES) Schedule 871 contract. Accordingly, only those companies presently having a GSA contract under Schedule 871 will be considered for award. The specific Schedule 871 Special Item Numbers (SINs) applicable to the MSFC SEPS BPAs and any subsequent task orders issued under the BPAs, are provided in Paragraph 15 of this RFI. 3. NASA/MSFC anticipates awarding 3-5 SEPS BPAs in each of three (3) specialized engineering/project support categories for a target of 12-15 total awards. The actual number of awards in any of the three BPA areas, and in total, may vary from these targets. 4. Contractors interested in being considered for an award of a MSFC SEPS BPA, and presently having a GSA Schedule 871 contract, are requested to submit technical capabilities, relevant past performance and GSA rate discount offer information in accordance with the instructions in this RFI. Although companies are not precluded from submitting the requested information for more than one of the three MSFC SEPS BPAs, there is a very low probability that a company will receive a BPA in more than one of the three BPA categories. Contractors must declare the BPA category(ies) for which they are submitting the requested information, and an order of preference for award consideration if they are submitting the information for more than one BPA category. 5. NASA/MSFC will review the technical capabilities, relevant past performance, and GSA rate discount offer information submitted by companies for potential award of 3-5 BPAs in each of the three (3) following BPA categories: I. Highly specialized, or niche, engineering skills for concept definition and analysis (special studies) for emerging exploration tasks. This area will provide Program/Project Office (P/PO) with highly specialized engineering capabilities in system/subsystem areas over the next 5 years that are of interest to MSFC requiring organizations including, but not limited to, the Exploration Launch Office, Science and Mission Systems, and Shuttle Propulsion Office. Efforts are expected to include end item deliverables and require little/no onsite presence. Representative MSFC tasks include: Propulsion and engine system design, development, and analysis including chemical, nuclear and hypergolic; and, addressing turbo-machinery, combustion devices, lines and valves Avionics and pyrotechnics system design, development, and analysis Cryogenic system design, development, and analysis GN&C hardware, software, system design and analysis, sensors, (including sensors and instrumentation) Spaceflight trajectory and dynamics analysis including earth-moon environment and lunar landing, utilizing analysis tools, such as: MALTO, Mystic, OTIS, Copernicus, and SNAP Environmental control & life support systems design, development, and analysis Lunar lander & surface mobility systems design, development, and analysis Lunar infrastructure, design, development and analysis Computational fluid dynamics Advanced chemical propulsion for development of analysis tools for ultra-lightweight tanks, foam core systems, pressurization systems, mixture ratio control method, pump-fed and pressure-fed engines, cryogenics and gel propellants Solar sails & electro-dynamic tethers system design, development and analysis State of the art Hall thrusters, Next & NSTAR engines & BPT-4000 mission applicability Small satellite development and manufacturing Scientific instrument development such as high-energy astronomy and astrophysics, applied geology, remote sensing, and earth science research areas II. Specialized engineering, development, and manufacturing to support ?one of a kind? engineering test fixtures, test articles, and models. Representative MSFC tasks include: ? Models/prototypes, or demonstration/test/flight articles, for launch-landing-recovery systems, space transportation systems, environmental control & life support systems, lunar infrastructure systems, lunar lander & surface mobility systems, and associated technologies ? Test articles and models, and/or associated test fixtures, for turbo-machinery, combustion devices, rocket and propulsion systems/subsystems including: engines/lines/valves Components/elements/ systems/subsystems for: Avionics, Pyrotechnics, Cryogenics, GN&C, Power and Actuator and Structural/Mechanical/Thermal Scientific instruments, including hardware for balloon flight and other non-space flight testing Environmental models for spacecraft and scientific instruments Testing of systems hardware breadboards and engineering models Scale/subscale representations for engineering analysis or display of complex aerodynamic shapes, such as aeroshells for aerocapture Novel in-space/near-space systems such as MXER tether propulsion, tether enabled low-gravity facilities, tethered aerial platforms, and gossamer structures Simulation and modeling of concepts or flight-like environments Specialized testing such as, but not limited to, aerospace materials, environmental effects, and in-situ resources III. Specialized Program/Project Planning, Analyses, and Support Representative MSFC tasks include: Center-level performance management and capability development assessments Expert advice and recommendation development in support of the center governance system. Guidance and mentoring for program/project and institutional critical decisions and trades Program planning and control support, including cost, schedule and technical performance assessments for center assignments, and tool development. Program/project management integration, including program plan/documentation development, reporting, agenda management, acquisition planning and analysis of alternatives Center and organizational scorecard development and management 6. NASA/MSFC intends to only solicit and award BPAs to those companies that: 1) have technical capabilities that best address the statements of need and MSFC representative tasks described above, 2) provide past performance information that well supports or demonstrates the prime contractor?s technical skills and expertise as provided by the technical capabilities submission, and 3) are willing to provide discounts from the GSA contract rates. Technical capability submissions should include information on contractor locations for the specialized support and the ability to provide near- or onsite support, particularly as it relates to the engineering test models/articles and specialized project support BPAs. 7. Although interested contractors are not precluded from submitting technical capability information as part of a team approach to the MSFC SEPS BPAs, that information must clearly distinguish the potential prime contractor?s technical capabilities from that of the teammates. Since the SEPS BPAs have no requirements presently identified, no evidence of formal commitments for contractor teammates is required or requested. Accordingly, the review of technical capabilities will mostly consider the potential prime contractor?s capabilities. 8. NASA/MSFC intends to place the SEPS BPAs with a zero dollar ($0) Government-minimum order quantity. NASA/MSFC is under no obligation to award any task orders against any of the SEPS BPAs. 9. Contractors must limit technical capability submissions to five (5) pages, front only, font size 12. Attached is the Past Performance Questionnaire to be completed with relevant past performance for a maximum of three (3) contracts (past performance forms are not included in the five page limit on capability submissions). 10. NASA/MSFC intends, as a target, to award one-third of the total number of BPAs to small business concerns. The NAICS code applicable for the SEPS BPAs is 541330 and the size standard is $4.5M. Contractors must provide their business classification information in their transmittal correspondence. Contractors, as applicable, may be required to sign non-disclosure statements for certain requirements that may be authorized under the SEPS BPAs. 11. NASA/MSFC will manage the use of the SEPS BPAs in consideration of the potential overlap with the current Engineering, Science and Technical Services Contract (ESTS) and other existing Center-wide contracts. The current ESTS prime contractor and its teammates will not be considered for an award of a SEPS BPA. 12. All information is due in this office by 3:30 P.M., Central Time, December 23, 2005. Please submit information to: NASA/MSFC ATTN: PS/22M Rhoney Triplett Bldg 4666 MSFC, AL 35802 Fax (256) 544-6560 13. Comments may be forwarded to Rhoney Triplett via electronic transmission or by facsimile transmission. E-mail address is Rhoney.Triplett-1@nasa.gov and the fax number is (256) 544-6560. 14. This Request for Information is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results. 15. The GSA Schedule 871 Special Item Numbers (SINs) applicable to the MSFC SEPS BPAs follows. BPA recipients will be required to identify for each requirement the specific SIN that applies to the effort proposed. 871-1 Strategic Planning for Technology Programs/Activities - Services required under this SIN involve the definition and interpretation of high-level organizational engineering performance requirements such as projects, systems, missions, etc., and the objectives and approaches to their achievement. Typical associated tasks include, but are not limited to an analysis of mission, program goals and objectives, requirements analysis, organizational performance assessment, special studies and analysis, training, privatization and outsourcing. 871- 2 Concept Development and Requirements Analysis - Services required under this SIN involve abstract or concept studies and analysis, requirements definition, preliminary planning, the evaluation of alternative technical approaches and associated costs for the development or enhancement of high level general performance specifications of a system, project, mission or activity. Typical associated tasks include, but are not limited to requirements analysis, cost/cost-performance trade-off analysis, feasibility analysis, regulatory compliance support, technology conceptual designs, training, privatization and outsourcing. 871- 3 System Design, Engineering and Integration - Services required under this SIN involve the translation of a system (or subsystem, program, project, activity) concept into a preliminary and detailed design (engineering plans and specifications), performing risk identification/analysis/mitigation, traceability, and then integrating the various components to produce a working prototype or model of the system. Typical associated tasks include, but are not limited to, computer-aided design, design studies and analysis, high level detailed specification preparation, configuration management and document control, fabrication, assembly and simulation, modeling, training, privatization and outsourcing. 871-4 Test and Evaluation - Services required under this SIN involves the application of various techniques demonstrating that a prototype system (subsystem, program, project or activity) performs in accordance with the objectives outlined in the original design. Typical associated tasks include, but are not limited to testing of a prototype and first article(s) testing, environmental testing, independent verification and validation, reverse engineering, simulation and modeling (to test the feasibility of a concept), system safety, quality assurance, physical testing of the product or system, training, privatization and outsourcing. 871-5 Integrated Logistics Support - Services required under this SIN involves the analysis, planning and detailed design of all engineering specific logistics support including material goods, personnel, and operational maintenance and repair of systems throughout their life cycles. Typical associated tasks include, but are not limited to ergonomic/human performance analysis, feasibility analysis, logistics planning, requirements determination, policy standards/procedures development, long-term reliability and maintainability, training, privatization and outsourcing. 871-6 Acquisition and Life Cycle Management - Services required under this SIN involve all of the planning, budgetary, contract and systems/program management functions required to procure and/or produce, render operational and provide life cycle support (maintenance, repair, supplies, engineering specific logistics) to technology-based systems, activities, subsystems, projects, etc. Typical associated tasks include, but are not limited to operation and maintenance, program/project management, technology transfer/insertion, training, privatization and outsourcing. 16. An ombudsman has been appointed -- See NASA Specific Note "B". 17. 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=62#118109)
 
Record
SN00947722-W 20051209/051207212637 (fbodaily.com)
 
Source
FedBizOpps 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.