Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOURCES SOUGHT

99 -- EQUIPMENT CALIBRATION PROJECT

Notice Date
1/25/2006
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058
 
Solicitation Number
RFI-USAFL-AH-2006-02
 
Response Due
1/31/2006
 
Archive Date
1/25/2007
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida, is seeking sources capable of providing the requirement described herein. This acquisition is in support of USA?s prime contract NAS9-20000 - Space Flight Operations Contract (SFOC) with the National Aeronautics and Space Administration (NASA). Technical Requirements Description: USA is seeking potential sources for annual and semi-annual return to vendor calibration of a variety of equipment located at Kennedy Space Center (KSC), Florida. The list of equipment is available via e:mail attachment. Contact Annette Holmes at holmesa@usa-spaceops.com for this file. A formal Request for Proposal (RFP) may be forthcoming based on the responses to this inquiry. If your company only has capability to provide calibration on some of the equipment on the list, please indicate which ones. Pricing need not be included in your response; just the capability to provide calibration for the specific equipment listed. You should also indicate your business classification size (small, small disadvantaged, small woman owned, large, etc.) Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. USA reserves the right to issue a sole source subcontract(s). The period of performance and technical requirements are currently being defined for inclusion into a formal RFP package. USA anticipates the issuance of a formal RFP within 30 ? 60 days of release of this RFI. This RFI is for information and planning purposes, and the objective is: (1) to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications. This preliminary information does not constitute an RFP, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than ten (10) pages (8.5? x 11?) in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company?s past experience and performance in developing the requirements described herein, and (3) A brief description of your company?s facilities, assets and any other available resources. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company?s performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer?s name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering the following criteria and your company must meet all the relevant criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with development and fabrication; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Characteristics of the individual subcontractors or subcontractor of interest to USA are: ISO certification; Past performance on Orbiter projects; Systems level testing capabilities; An established and verifiable flight safety program; An established and verifiable quality program; An established manufacturing/assembly capability; Testing, qualification, and certification capabilities for space hardware; A documented performance history of space hardware and space related products/services; Established and verifiable system configuration management and change control systems; Identification of customer points of contact to verify performance; and Auditable financial systems that meet the intent of Government cost and schedule control. USA reserves the right to request supplemental information in order to clarify your company?s capabilities and qualifications. Only offerors deemed to be best qualified, or have a reasonable chance for award, will receive the RFP. Firms interested in participating in this project are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than January 31, 2006 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Annette Holmes, Mail Code USK-360. Questions regarding this procurement shall be referred to Ms. Holmes as follows (Telephone: (321) 861-6175, Facsimile: (321) 861-5243, E:mail: holmesa@usa-spaceops.com).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#118754)
 
Record
SN00973145-W 20060127/060125212710 (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.