Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOURCES SOUGHT

R -- SAFETY AND QUALITY ASSURANCE SUPPORT SERVICES FOR NASA LANGLEY RESEARCHCENTER

Notice Date
7/29/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-SQAC
 
Response Due
8/15/2008
 
Archive Date
7/29/2009
 
Point of Contact
Kimberly D. Cone, Contract Specialist, Phone 757-864-3566, Fax 757-864-6966, - Richard J. Siebels, Contracting Officer, Phone 757-864-2418, Fax 757-864-6131
 
E-Mail Address
Kimberly.D.Cone@nasa.gov, Richard.J.Siebels@nasa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
NASA/LaRC is hereby soliciting information about potential 8(a) sources for asingle contract to provide support for all of the safety and mission assurance elementsadministered through the Safety and Mission Assurance Office. This includes supportingall the programs and activities necessary to provide a safe environment for more than3000 personnel (civil servants and contractors) that work: in offices, researchlaboratories, industrial fabrication facilities, with the production and distribution ofhigh energy, in high energy test facilities and repairing, modifying installing orconstructing equipment or facilities. It also is soliciting services to support thesafety and mission assurance activities associated with the design, fabrication,assembly, test, and delivery of space flight quality hardware.The support being sought with regard to the ground based facilities and activitiesinclude but are not limited to: occupational safety and industrial hygiene; facilitysystems safety, risk and hazard assessments, and emergency preparedness support. Thespace flight activities include but are not limited to systems safety analyses, hazardanalyses, reliability analyses, quality assurance assessments, risk management, productassurance, and software quality assurance. The quality assurance support being soughtincludes but is not limited to receipt inspection, fabrication and assembly in-processinspection, final inspections and packaging and delivery inspection.Additionally, support services are required for Inspection and Quality Assurance (IQA)which includes a variety of quality assurance support services to insure Langley ResearchCenters (LaRC) aeronautical/aerospace research facilities and institutionalinfrastructure are installed and maintained in accordance with the standards of qualitythat are specified by its contracts and facility management programs. The IQA servicesinclude, but are not limited to: review and data collection to ensure that Langleysfacilities continue to be operated, maintained and engineered in accordance with NASA andLaRC mandates, specifications, and contract requirements. The IQA services will directlysupport both Langleys goal in maintaining the Langley Management System (LMS) ISO9001:2000/AS9100 certification and its recognition as an OSHA Voluntary ProtectionProgram (VPP) Star site.The IQA services will provide support to the government in monitoring its numerouscontracts for constructing, maintaining and operating its facilities including allactivities of the Research Operations, Maintenance, Engineering (ROME) contract and allfacility or research related construction projects. While the majority of work isdirectly in support of LaRC at the Center, other industry partners and Governmentagencies may be supported, occasionally at remote sites. The Contractor shall furnishall personnel, training (except as specifically specified in this contract, equipmentmaterials, transportation, and management necessary to perform the following inspectionand quality assurance functions:a)Construction contract inspection and management services for compliance with applicablespecifications and contract terms and conditions; b)Surveying and underground utilityservices including engineering drafting services; c)Research and Central UtilitiesFacilities operations procedure and documentation review; d) Verification and inspectionof research and institutional facility maintenance, repairs, modification, constructionand system development; e) Verification of documentation and instrumentation calibrationand repair including instrumentation metrology and data systems maintenance anddocumentation; f)Constructability and maintainability reviews of proposed research andinstitutional facility and systems engineering designs or maintenance changes;g)Evaluation of OME-related IT services including administration, planning, developmentmaintenance and project management and deployment; h)X-ray monitoring operations;i)Independent inspection and certification of elevator equipment; j) Financial and labordata and cost tracking/monitoring. No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 3 pages or less indicating theability to perform all aspects of the effort described herein.Responses must include the following: name and address of firm, 8(a) status, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). Technical questions should be directed to: Kim"Skip" Schroeder at Kim.F.Schroeder@nasa.gov. Procurement related questions should bedirected to: Kimberly Cone at Kimberly.D.Cone@nasa.gov.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully 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 onresponses hereto. All responses shall be submitted to Kimberly Cone no later than August15, 2008. Please reference SS-SQAC in any response. Any referenced notes may be viewedat the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd8f449fb92465f32e615f6aa1a01131&tab=core&_cview=1)
 
Record
SN01625708-W 20080731/080729224820-dd8f449fb92465f32e615f6aa1a01131 (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.