Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOURCES SOUGHT

A -- TECHNOLOGY ENGINEERING AND AEROSPACE MISSION SUPPORT - TEAMS 2

Notice Date
5/14/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
NNL10TEAMS2L
 
Response Due
5/26/2010
 
Archive Date
5/14/2011
 
Point of Contact
Liliana J Richwine, Contract Specialist/Contracting Officer, Phone 757-864-2478, Fax 757-864-7709, Email Liliana.J.Richwine@nasa.gov - Richard J. Siebels, Contracting Officer, Phone 757-864-2418, Fax 757-864-6131, Email Richard.J.Siebels@nasa.gov
 
E-Mail Address
Liliana J Richwine
(Liliana.J.Richwine@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Langley Research Center (LaRC) is hereby soliciting information regardingpotential sources for a follow-on Technology, Engineering, and Aerospace Mission Support(TEAMS) 2 procurement to the current TEAMS contract (NNL07AA00B). LaRC is also seekingindustry input regarding potential acquisition strategies.The current TEAMS contract is a cost plus award fee, indefinite delivery/indefinitequantity (IDIQ) contract awarded competitively as a small business set-aside. Thecurrent contract ends November 2011. The average annual expenditure rate for the currentTEAMS contract is approximately $50M. Following is an estimated percentage breakout ofhistorical usage of the contract: Skill Mix (Engineers/Scientists 70%; Technicians 15%;Technical Administration 15%) and Funding Sources (Research Directorate (40%) consistingof Aerodynamics, Aerothermodynamics and acoustics 35%, Structures and Materials 37%, andAirborne Systems 28%; Systems Analysis and Concepts Directorate (6%); NASA Engineeringand Safety Center (31%); Engineering Directorate (11%); Flight Research ServicesDirectorate (7%); Other (5%) consisting of Strategic Relations Office, IndependentProgram Assessment Office and Exploration Systems and Space Operations TechnologyDirectorate). For information on the nature of work performed in each organization listedabove see: http://www.larc.nasa.gov/.One of the primary goals of this synopsis is to assist LaRC in determining whether aSmall Business Set-aside is an acceptable strategy for this procurement. If a full andopen competition is ultimately pursued, responses to this synopsis will be used to aid inestablishing small business subcontracting goals. Since no decision regarding aset-aside has yet been made, all qualified firms are encouraged to respond. The NorthAmerican Industry Classification System (NAICS) System Code for this procurement isanticipated to be 541712 and the size standard under this code is 1,500 employees. The potential scope of the TEAMS 2 requirement involves providing non-personal servicesto perform engineering, scientific, and related work; these activities fall into broadcategories as outlined below, but are not limited solely to the activities identifiedbellow:(a)Work may encompass the broad scope of LaRC mission responsibilities andLaRC-based agency activities and may include cooperative activities with othercontractors, centers, and agencies. Some work may be classified up to and including TopSecret.(b)Certain work may involve software development for human-rated software systems,non-human space rated software systems, or mission support software that would requirethe Contractor to be rated at Capability Maturity Model Integrated (CMMI-SE/SW)Capability Level 2 or higher. (c)Work requirements may include engineering design, analysis, and development;specific activities in support of ongoing research; technology readiness leveladvancement of aerospace and exploration-related technology; implementation of technologyprograms; test implementation and operations; and technical administration/management invarying detail, including, but not limited to the following typical work areas:Engineering Design, Analysis, and Development Potential work may involve the following:(a)Engineering design and analyses, manufacturing services, and provide support fortechnical disciplines related to mission functions. Basic discipline fields include butare not limited to, Engineering; Mathematics; and Sciences. Support may be required forall phases of development of aeronautical, space, and planetary exploration systems.(b)Systems analyses and systems studies; conceptual formulation, requirementsanalysis and development; engineering design, analysis, development, fabrication,functional and environmental testing; assembly, integration, operation and disposition ofsystems; software code and software systems development; software verification andvalidation; static/dynamic and real-time synthetic visualization/simulation of conceptsand flight systems; grid generation, high definition illustration of advanced concepts,risk-management, assurance of safety, reliability, quality, and related analyses.(c)Human-rated projects may require engineering in systems safety, materials,reliability, maintainability, and associated analysis disciplines to assure compliancewith NASA human-rated systems requirements.Research and Technology Development and Implementation Potential work may involve thefollowing:Develop and apply mathematical and theoretical analyses in engineering and sciencedisciplines. Perform analytical and experimental investigations of concepts, components,and systems. Support technology related to the understanding of advanced full spectrum(e.g. quasi-static to hypersonic regime aerodynamics) aerodynamics; aeronautics;access-to-space, space, space science, and planetary exploration systems and relatedsupport infrastructure; structures, materials, passive and active control technologies;laser and microwave energy sources; passive and active detector technology;computer-generated virtual reality immersion, technical visualization, grid generationtechnologies, safety enhancing technologies and processes; technology assessments,mission analyses, and trade studies. Prepare test specimens and equipment, conduct tests,and acquire data. Process, interpret and analyze test data. Compare test data withcalculated results. Prepare and present technical reports. Develop, modify, and applycomputer application programs. Update and adapt computer application programs to currentand emerging computer technology hardware to improve affordability, accuracy, efficiency,and effectiveness.Test Implementation and Operations Potential work may involve the following:Convert experimental requirements into designs and hardware. Design, develop,manufacture, install, upgrade, and maintain research and test systems, and relatedsupport infrastructure. Develop test documentation such as checkout, calibration, andoperating procedures. Prepare safety documentation and participate in institutional andflight safety reviews. For research systems and testing operations: coordinate activitiesof technical participants and/or customers; lead, conduct, and/or coordinate operations;provide logistical support; validate data and prepare reports; laboratory/test systemdocumentation and configuration control.Technical Administration/Management Potential work may involve the following:Develop plans, resource requirements estimates, cost analyses, schedules, and progressevaluations of projects. Perform Earned Value Analyses and Management. Develop, maintainand improve record keeping systems. Develop, maintain, and publish documentation; status,budget and resource reports; and schedules. Prepare management information reports.Prepare technical and programmatic presentation materials and reports. Develop, update,and maintain management information systems.Statement of Capabilities Instructions:1.Interested offerors/vendors having the required specialized capabilities to meetthe above requirement should submit a capability statement indicating the ability toperform all aspects of the effort described above. Section 1 should be no more than 10pages, 12 pt font text New Times Roman.2.Provide responses to the following business information:a.Name and address of firm, size of business, average annual revenue for past 3years and average number of employees for last 3 yearsb.Ownership: indicate large, small, small disadvantaged, 8(a), HUBZone,veteran-owned, service disabled veteran-owned and/or woman-owned; number of years inbusiness c.Affiliate information:parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime) d.List of customers covering worked performed within the past five years (ifapplicable, please list at least 3 customers):highlight relevant work performed,technical description, contract number, contract type, dollar value of each procurement;and procurement and technical points of contact - address and phone number e.Indicate if your interest is directed at the potential prime contract orsubcontract level. If your interest is directed at the subcontract level, please listthe skills or technical areas of expertise your firm could offer. Please note that asmall business firm must be able to perform at least 50% of the total requirement withits own company (FAR 52.219-14, Limitations of Subcontracting).Section 2 should be no more than 3 pages, 12 pt font text New Times Roman. 3. Based on your past experience, provide information regardingadvantages/disadvantages of potential acquisition strategies for requirements definedabove.a.Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ)b.Single Award, Hybrid (sustained engineering with ID/IQ line items)Section 3 should be no more than 2 pages, 12 pt font text New Times Roman. 4.Based on your past experience, provide information regardingadvantages/disadvantages of various contract types and your lessons learned utilizingthese contract types:a.Cost Plus Fixed Fee (CPFF) please discuss your thoughts on how contractors canbe incentivized to control costs under a CPFF.b.Cost Plus Incentive Fee (CPIF) please discuss your ideas for what specificincentives should be applied and how LaRC should objectively determine same.c.Cost Plus Award Fee (CPAF) please discuss your ideas for award fee evaluationparameters to be used to assess contract performance and provide your thoughts on theadministrative effort and cost required to monitor and evaluate performance.d.Any other methods you believe might be viable.Section 4 should be no more than 3 pages, 12 pt font text New Times Roman. Technical questions should be directed to: Kenneth Wright (Kenneth.D.Wright@NASA.gov)with TEAMS 2 Technical Question annotated in the subject. General or Procurementrelated questions should be directed to: Liliana J. Richwine(Liliana.J.Richwine@NASA.gov) with TEAMS 2 General/Procurement Question annotated inthe subject.Please advise if the requirement is considered to be a commercial or commercial-type. Acommercial 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.Please do not include proprietary information because it will not be reviewed. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. 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 reserves the right to consider a small business, HUBZone or 8(a) set-asidebased on responses hereto. All responses shall be submitted to NASA Langley ResearchCenter, Attn: Liliana J. Richwine, Mail Stop 126, Hampton VA 23681 or by email(Liliana.J.Richwine@NASA.gov) no later than May 26, 2010. Please reference NNL10TEAMS2LStatement of Capabilities in any response. Any referenced notes may be viewed at thefollowing URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/NNL10TEAMS2L/listing.html)
 
Record
SN02149881-W 20100516/100514234720-bfed6df2fbaf0b81f444543b001cadee (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.