Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOURCES SOUGHT

R -- SAFETY AND MISSION ASSURANCE ENGINEERING CONTRACT

Notice Date
9/17/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ09314047L
 
Response Due
10/2/2009
 
Archive Date
9/17/2010
 
Point of Contact
Learon J. Comeaux, Contract Specialist, Phone 281-483-6525, Fax 281-483-4173, Email learon.j.comeaux@nasa.gov - Jessica C. Miller, Contracting Officer, Phone 281-483-6792, Fax 281-333-0459, Email jessica.c.miller@nasa.gov
 
E-Mail Address
Learon J. Comeaux
(learon.j.comeaux@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Johnson Space Center (JSC) is planning to recompete the contractrequirements for the current Safety and Mission Assurance Support Services Contract (S&MASSC). The potential contract will require the review of work performed by othercontractors, International Space Station (ISS) Program, International Partners (IPs), andother NASA organizations. In addition, the potential contract will apply to futurePrograms and Projects. The major part of this future effort will be located at JSC inHouston, Texas. However, resident support is required at the JSC field office at theWhite Sands Test Facility (WSTF), New Mexico. Contractor services may be required atother locations, NASA contractor, subcontractor, or vendor facilities as requirementswarrant. The S&MA SSC currently provides programmatic support to the Space Shuttle Program (SSP),the International Space Station (ISSP), the Constellation Program (Cx) and theExtravehicular Project Office through safety, reliability, availability, maintainability,supportability, quality engineering, quality assurance, software assurance, riskmanagement, and technology assurance disciplines. Real time support to the SSP and theISSP missions is provided in the Mission Evaluation Room (MER) by the S&MA office. Inaddition, S&MA provides assurance engineering support to the development of all JSCGovernment Furnished Equipment (GFE). The S&MA SSC provides pressure systems technicalexpertise and manages the pressure systems certification program for both the JSC and theWhite Sands Test Facility (WSTF). S&MA SSC also provides WSTF with expertise in theareas of policy development and implementation for materials and process engineering,system safety and Program Support. The disciplines described below are applied across all of the Programs supported by theSafety and Mission Assurance Directorate. The potential contract will require all of theskills associated with these disciplines.1. Safety Engineering: Application of the systematic, forward-looking identification andcontrol of hazards throughout the life cycle of an activity, a system, a function, aproject, or a program.2. Reliability, Availability, Maintainability, and Supportability: Assessment of inherentsystem design features that include: establishing reliability requirements, selectingmeasures for the design definition and review, performing quantitative and qualitativereliability analyses and assessments to verify design characteristics, testing andcertifying the design, identifying limited-life items, and participating in problemresolution and recurrence control.3. Quality Engineering: Evaluation of the design, manufacturing, testing, andrefurbishment of spaceflight hardware and software to ensure delivery of products inaccordance with functional, performance, and design requirements.4. Quality Assurance: Inspection and surveillance activities performed during production,testing, and operations reduce the overall risk to a project's cost, schedule, andmission success. Inspectors are required for various assembly, testing, and inspectionmethods; Surveillance Specialists are required to continually monitor and verify statusof contracted processes and products to ensure specified requirements are met.5. Software Assurance: Assessment of software to determine if it meets the quality,reliability, and safety requirements, as well as technical and performance requirements.Assessment of the process used to develop software with assessment of the analyses andtests performed for verification.6. Risk Management: Assessment of and recommendations for a disciplined and documentedapproach to ensure risk is identified, evaluated, managed, and mitigated throughout thelife cycle.7. Technology Assurance: Analysis and evaluation of a broad range of new and emergingtools, techniques, and processes to complement long-range projects and programs.Additional functions required for this potential contract include:1. Independent Assessment and Integrated Supplier Assurance Management - Evaluation andstatus of technical and process issues and concerns; evaluation of government suppliers2. Assurance Methodologies, and Special Processes - Electrical Electronic Electrometric(EEE) Parts, Government-Industry Data Exchange Program (GIDEP)3. Website and database development and maintenance4. S&MA engineering discipline training development 5. The S& MA Directorate also provides the JSC Receiving Inspection and Test Facility(RITF). It is certified and A2LA accredited by the American Association of LaboratoryAccreditation and compliant with ISO 9002-2000. The current capabilities includemechanical, chemical and electrical testing. The facility specializes in fastenertesting, wire/cable certification and electronic component evaluation. The facility alsoprovides "hands on" training to NASA/contractor engineers, technicians, and inspectors inthe areas of Electrostatic Discharge (ESD), Solder, SMT, Crimping, Conformal Coating, andFiber Optic Terminations. The intent of this Request for Information (RFI) is to solicit comments from industry andcapability statements from qualified sources, including Large Businesses (LB), SmallBusinesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Women-Owned SmallBusinesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-DisabledVeteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges andUniversities/Minority Institutions (HBCU/MIs). In addition, industry is also invited toprovide inputs in the following areas: 1. Identify barriers to competition that could be mitigated to foster a more competitiveenvironment for this procurement.2. Contract Type and Performance: Please provide your view regarding what type ofcontract provides the best approach for this type of work.3. Suggest any portions of this procurement for which fixed price contracting could beutilized. Discuss your rationale for each and your thoughts on the feasibility of each.In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot beaccepted by the Government to form a binding contract. The Government is under noobligation to issue a solicitation or to award any contract on the basis of this RFI. TheGovernment will not pay for any information solicited. No evaluation letters and/orresults will be issued to the respondents. You are requested to provide electronicresponses via e-mail to the Contract Specialist, Learon Comeaux, Jr. (email address:learon.j.comeaux@nasa.gov). Your response is required by 4:00 p.m. CDT on October 2,2009. 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. The Government intends to review theresponses submitted by industry. This data will not be shared outside the Government. TheGovernment may use this data to refine requirements. Data that is submitted as part ofthe Industrys response that is marked proprietary will not be reviewed. Responses must include the following: reference number NNJ09314047L, name and address offirm, size of business; average annual revenue for past 3 years and number of employees;ownership; whether they are large, SB, SDB, 8(a), HubZone, WOSB, VOSB, SDVOSB, andHBCU/MI; number of years in business; affiliate information such as parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number). Interestedofferors/vendors having the required specialized capabilities to meet the aboverequirement should submit a capability statement indicating the ability to perform allaspects of the effort described in the RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ09314047L/listing.html)
 
Record
SN01959385-W 20090919/090918000608-22611d324667da1b1a4c5a7873ae92b1 (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.