Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOURCES SOUGHT

A -- TECHNICAL SERVICES FOR AEROSPACE SYSTEMS MODELING AND SIMULATION - SIMLABS II

Notice Date
9/8/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10345000R-NCV
 
Response Due
9/23/2010
 
Archive Date
9/8/2011
 
Point of Contact
Naomi Castillo-Velasquez, Contracting Officer, Phone 650-604-3421, Fax 650-604-3952, Email naomi.castillo-velasquez-1@nasa.gov - Natalie R. LeMar, Contracting Officer, Phone 650-604-3005, Fax 650-604-0912, Email natalie.r.lemar@nasa.gov
 
E-Mail Address
Naomi Castillo-Velasquez
(naomi.castillo-velasquez-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for technicalservices to support the NASA ARC Simulation Laboratory Facilities (SimLabs). The SimLabsare primarily comprised of the Crew-Vehicle Systems Research Facility (CVSRF), theVertical Motion Simulation Complex (VMSC)and FutureFlight Central (FFC). The work willbe performed primarily at Ames Research Center (ARC), Moffett Field, California. In thissynopsis, NASA ARC is soliciting information about potential sources and preferredcontracting approaches for the above services. I. PURPOSE OF THIS SYNOPSIS This notice has two purposes: 1) To request information on capabilities of potential offerors to provide the servicesdescribed in the attached Draft Statement of Work (SOW) in order to determine if thiswill be a small business set-aside. Information received as a result of this notice willbe considered by the Government and used for acquisition planning purposes only. Aninterested parties list will be posted. 2) To request information from interested parties regarding their preferred contractingapproach to provide the services described in the attached Draft SOW. II. SUMMARY OF PROPOSED WORK BACKGROUND: The primary mission of the SimLabs is to provide researchers with high-fidelityenvironments in which to conduct simulated flight research and to advance thestate-of-the-art of simulation technology. The SimLabs are currently managed by theAeronautics Directorate at NASA ARC. The Aeronautics Directorate manages thesefacilities through civil service line managers, who, in conjunction with the Contractor,are ultimately responsible for the successful performance of the mission of eachfacility. The work to be performed will provide operations, development, maintenance,and modification of the Simulation Laboratory Facilities. The services required includethe responsibility to plan the appropriate resources to support the design, development,integration, testing and execution of experiments, and produce required deliverablesnecessary to provide the researcher with the pilot evaluations and supporting data(and/or other deliverables, e.g., hardware) specified by research requirements defined inContract Task Orders (CTOs).III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES Interested Offerors having the required specialized capabilities/qualifications tosupport some or all of the work described in the Draft SOW are asked to submit acapability/qualification statement of 10 PAGES or less. There is no required font sizeand/or type designated for this Capability/Qualification Statement. Figures, exhibits,and diagrams must be readable. Submit your response electronically in PDF format. TheGovernment requests separate files for the Statement of Capabilities response and theContracting Approach response. The response must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (ifapplicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business,8(a)set-aside small business, HUBZone small business, Woman-owned small business,Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business forNAISC code 541330 size standard $4.5M. 3) Your companys capability in each of the technical areas. For each technical area,indicate what percentage of the technical area you would perform, and any proposedteaming arrangements, if any. 4) A list of relevant work performed in the past five (5) years, including contract type,contract number, technical description, dollar amount, period of performance, and acustomer reference name and telephone number. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses. IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contractingapproaches to the NASA SimLab II procurement that will enhance competition and providebusiness opportunities. Therefore, the Government is requesting feedback in the followingareas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishingsubcontracting goals for Small Business, Service-Disabled Veteran-owned small business,Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business,Historically Black Colleges and Universities/ Minority Institutions (HBCU/MI), andHUBZone small business. b) Use of Incentives: In an attempt to determine the appropriate contract type (contracttypes for consideration, alone or in a hybrid combination, include both Fixed-Price andCost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for thisparticular procurement, the Government is soliciting input from interested parties andasks that responses include information regarding why a particular contract type orcombination of contract types might be more appropriate (benefits and impediments), howthat proposed contract type would affect costs and how you would propose; as well asanswers to the following questions: 1) Performance incentives: Please provide your view regarding types of fee, options,and/or other appropriate incentives for contractor performance. 2) In a mixed-team (Government/Contractor) environment, how would you propose to measurefactors such as the technical/cost/ schedule performance, risk mitigation, employee andasset safety and security, innovative best practices, quality of service to users,responsiveness to changing requirements and budget, or identifying opportunities fortechnical and administrative improvement, or cost? c) Technical Information: What type of technical information along with the Statement ofWork would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring,simplifications, and clarity in the description of technical areas draft SOW as well asother types of additional information that would improve understanding or clarity ofrequirements and terms and conditions? There is no limit on the page length to yourresponse to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH. V. YOUR RESPONSE TO THE SYNOPSIS All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall bereceived no later than Thursday, September 23, 2010 at 2:00 pm Local PST. Please respondvia electronic mail (e-mail) to the Contracting Officer, Naomi Castillo-Velasquez, at:Naomi.Castillo-Velasquez@nasa.gov. Written questions should also be directed to theContracting Officer, Naomi Castillo-Velasquez, at: Naomi.Castillo-Velasquez@nasa.gov. Ifan interested party requests confirmation of receipt, the Contracting Officer willconfirm receipt. In all responses, please reference solicitation number NNA10345000R. Verbal questionswill not be accepted. This synopsis is for information and planning purposes only and isnot to be construed as a commitment by the Government nor will the Government pay forinformation solicited. Respondents will not be notified of the results of the evaluation.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. Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10345000R-NCV/listing.html)
 
Record
SN02272274-W 20100910/100908235031-e7548880c2d957872cc8b95bf7cc475d (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.