Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOURCES SOUGHT

J -- AIRCRAFT MAINTENANCE OPERATIONAL SUPPORT AND MICROGRAVITY SERVICES

Notice Date
9/28/2010
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
 
ZIP Code
00000
 
Solicitation Number
NNJ10ZB013L
 
Response Due
10/19/2010
 
Archive Date
9/28/2011
 
Point of Contact
Alice J Pursell, Contracting Officer, Phone 281-483-9027, Fax 281-483-4066, Email alice.j.pursell@nasa.gov - Roger M. Roberts, Contract Specialist, Phone 281-483-2916, Fax 281-483-9741, Email roger.m.roberts@nasa.gov
 
E-Mail Address
Alice J Pursell
(alice.j.pursell@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/JSC is seeking capabilities from Small Businesses (SBs), Small DisadvantagedBusinesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-OwnedSmall Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs),and/or Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs) that are potential sources for determining the appropriate level of small businesssubcontracting goals for an anticipated contract for aircraft maintenance operationalsupport and/or microgravity services. This preliminary information is being made available for planning purposes only, subjectto FAR Clause 52.215-3, entitled 'Request for Information or Solicitation for PlanningPurposes.' It does not constitute a Request for Proposal, Invitation for Bid, or Requestfor Quotation, and is not to be construed as a commitment by the Government to enter intoa contract. This document is for information and planning purposes to allow industry theopportunity to verify reasonableness and feasibility of the requirement, as well aspromote competition.The contract may be awarded to one contractor for Aircraft Maintenance and OperationalSupport (AMOS), and Microgravity Services (MS). Alternatively, more than one award mayresult, with one award being issued for AMOS and one award for MS. AMOS (exclusive of MS)AMOS includes support for aircraft (exclusive of the aircraft provided for microgravityservices) at NASA's Lyndon B. Johnson Space Center (JSC) at Ellington Field in Houstonand at El Paso, Texas; and at Edwards Air Force Base, California.; Edwards, California;Langley Research Center (LaRC), Hampton, Virginia; other remote sites, domestic andforeign, where services are required. The possibility exists that other NASA Centers suchas Wallops Flight Facility (WFF), Wallops Island, Virginia; Glenn Research Center (GRC),Cleveland, Ohio; and other Agencies may be included. The proposed services will include flight operations, maintenance, repairs andalterations and will provide engineering services for a variety of airframes, engines,appliances and support equipment at the various locations.Microgravity Services Requirements (exclusive of AMOS)NASA operates the Reduced Gravity Research Program at the Lyndon B. Johnson Space Center(JSC) in Houston, Texas. The program provides a unique 'reduced gravity' or 'zero-g'environment for microgravity research (in areas such as fluid physics, combustion,material sciences, and life sciences), engineering development (for the InternationalSpace Station and other space hardware programs) and astronaut flight crew training.NASA will provide a modified C-9 aircraft as Government Furnished Equipment (GFE) or thecontractor can provide their own aircraft. The microgravity service will provide fullsupport including flight operations (with test conductors), experimental hardwareintegration, scheduling of aircraft and experiments, and aircraft maintenance inexecution of the Reduced Gravity Research Program.A detailed description of NASAs current aircraft maintenance and operational supportservice requirements are described in the Aircraft Maintenance and Modification ProgramStatement of Work located in the technical library on the RFI website(http://procurement.jsc.nasa.gov/amosms/ ). Please note the requirements in thestatement of work for AMOS may differ from the current statement of work.In addition, further information about the Reduced Gravity Program is located in thetechnical library (http://procurement.jsc.nasa.gov/amosms/authorize.htm ). AMOS and MS requirements include but are not limited to services such as:* Maintenance/production control (manage and control maintenance activities)* Logs and records (configuration management)* Quality control and inspection * Logistics (procurement, supply)* Aircraft Engineering* Support shops (electric, hydraulic, sheet metal, ground support equipment)* Resource management (training, facilities, safety)* Aircraft servicing, launch/recovery, aircraft maintenance* Flight crews including test directors, pilots, flight engineers, load masters, etc.* Contract management AMOS requirements in addition to the above listings:* Unique and specialized support for: - Engines - Airframes- Egress systems- Avionics - Aviation life support systems (parachutes, high altitude pressure suits, etc.) - Unique engineering support- Alterations, integration and certification MS unique requirements (exclusive of AMOS) include services such as:* Support for microgravity services customers* Airworthiness review and approval process for payloads* Experiment and payload integration services* Engineering services for support of microgravity payload development and integration* Flight operations services* Reduced Gravity Office business managementThe pertinent contract information for the current contract in which many aspects of theAMOS Statement of Work are currently detailed is as follows:Current Contractor: CSC Applied Technologies, LLCContract Number: NNJ09JE44CEstimated Contract Value: $104.5 millionContract Expiration Date: The current contract's period of performance ends February 28,2011. There is one, one-year option available which would extend the period ofperformance through February 29, 2012.Information RequestedInterested companies having the required specialized capabilities to perform any of theaspects of the effort described in this RFI should submit a capability statementindicating their ability to meet the specific requirements related to their area ofexpertise.Responses must include the following: name and address of firm, size of business; averageannual revenue for past 3 years and number of employees; ownership; whether they areSmall Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Women-OwnedSmall Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-DisabledVeteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and/orUniversities/Minority Institutions (HBCU/MIs) number of years in business; affiliateinformation such as parent company or joint venture partners; list of customers coveringthe past five years (highlight relevant work performed, contract numbers, contract type,dollar value of each procurement; and point of contact - address and phone number).Specific examples of relevant experience, including detailed descriptions, arerecommended. NASA intends to release the names, addresses, and points of contact of allrespondents on the NASA for this procurement unless specifically requested not to do soby the respondent.Again, this is a request for information only. NASA will not pay for any informationsolicited. No evaluation letters and/or results will be issued to the respondents. Nosolicitation exists; therefore do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sites forthe release of any solicitation or synopsis.Your Response to the Request for information All responses shall be received no later than October 19, 2010. Technical questionsshould be directed to: Gary Ash, gary.w.ash@nasa.gov. Procurement related questionsshould be submitted in writing to: Roger Roberts, roger.m.roberts@nasa.gov, or Alice J.Pursell, alice.j.pursell@nasa.gov. An RFI website has been developed at the following linkhttp://procurement.jsc.nasa.gov/amosms/. Interested parties are responsible forchecking this website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZB013L/listing.html)
 
Record
SN02299503-W 20100930/100928235015-1c5370c075cbe9514ec7f68ff45b3551 (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.