Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOURCES SOUGHT

R -- SAFETY AND MISSION ASSURANCE SUPPORT SERVICES

Notice Date
3/14/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
SMASS2009
 
Response Due
3/24/2008
 
Archive Date
3/14/2009
 
Point of Contact
Lori A Conroy, Contract Specialist, Phone 216-433-3086, Fax 216-433-5489, Email lori.a.conroy-1@nasa.gov - Ronald W. Sepesi, Chief - Services And Construction Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.Sepesi@grc.nasa.gov
 
E-Mail Address
Email your questions to Lori A Conroy
(lori.a.conroy-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION. The purpose of this notice is to help NASA further identify FSS # 871 ? Professional Engineering Services GSA contract holders who may be interested and capable of providing services to NASA Glenn Research Center in Cleveland, OH. Responses to this notice will also assist NASA in determining the appropriate level of competition and/or subcontracting goals for this requirement. NASA/GRC is hereby requesting information about potential sources for the Safety and Mission Assurance Support Services (SMASS) II Acquisition. Primary support services include: System Safety Engineering, Reliability and Maintainability Engineering, S&MA Management Information, Quality Assurance/Engineering, Materials and Processes Engineering, Project Assurance, Risk Management, Independent Assessment, Documentation and Report Support. A draft SOW is attached with this notice. The anticipated period of performance is 5 years. Estimated staffing levels are approximately 20 equivalent staff years per contract year. The NAICS code is 541330 ? Engineering Services with a small business size standard of $4.5M per the U.S. Small Business Administration. Interested FSS # 871 GSA contract holders having the required specialized capabilities or experience to meet the above requirement are invited to respond. Responses are limited to no more than 10 pages which must include (1) a Cover Letter no longer than one page and (2) a Capability Statement of nine pages or less indicating the ability to perform all aspects of the effort described herein. The Cover Letter must state at a minimum: name and address of firm, average annual revenue for past 3 years and number of employees; ownership; size of business (large or small) using annual revenue of $4.5M; socio-economic status per FSS # 871 (e.g. small, large, woman-owned, veteran-owned small business, service disabled veteran-owned small business, SBA certified small disadvantaged, SBA certified 8(a), and/or SBA certified HUBZone); 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); and VERIFICATION of GSA contract on FSS # 871 by stating GSA contract number and applicable FSS # 871 categories (e.g. 871-1, 871-2, 871-3, 871-4, 871-5, and/or 871-6). All questions should be directed to Lori A. Conroy, Contracting Officer at (216) 433-3086 or emailed to lori.a.conroy-1@nasa.gov. NASA will review all responses and companies may be contacted for further information or invited to participate in a competitive selection process. This request 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. All responses shall be submitted no later than 03/24/2008 to Lori A. Conroy, NASA Glenn Research Center, 21000 Brookpark Road, Mail Stop 500-312, Cleveland, OH 44135. Responses may also be emailed to lori.a.conroy-1@nasa.gov. Responses should be postmarked no later than March 24, 2008. Please reference SMASS II in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127072
 
Record
SN01533301-W 20080316/080314231253 (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.