Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOURCES SOUGHT

15 -- WB-57 MECHANICAL ENGINEERING SERVICES

Notice Date
8/10/2011
 
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
NNJ11ZBJ006L
 
Response Due
8/21/2011
 
Archive Date
8/10/2012
 
Point of Contact
Scott Stephens, Contracting Officer, Phone 281-792-7521, Fax 281-483-7890, Email scott.stephens-1@nasa.gov - Omar K. Collier, Contract Specialist, Phone 281-792-7830, Fax 281-483-4066, Email omar.k.collier@nasa.gov
 
E-Mail Address
Scott Stephens
(scott.stephens-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC)is seeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service-DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals for WB-57 Mechanical Engineering Services. The Government reservesthe right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran(SD-VOSB), or HUBZone business set-aside based on responses hereto.NASA/JSC has a requirement for engineering services to address system and componentobsolescence and support the sustainment, alteration, and improvement of the WB-57Faircraft mechanical systems. Aircraft mechanical systems include: landing gear, fuelsystems, hydraulics, air conditioning and pressurization, pneumatics, windshield andcanopy de-fogging, windshield anti-icing, and flight controls.Additionally, this procurement includes requirements for design, development,qualification, technical data upgrade, and system upgrade support. The services requiredinclude analysis of engineering designs and technical documentation of the analysis,design, fabrication and testing of new hardware, and support for installation, testing,and support of NASAs air-worthiness certification of the alteration. Desired information includes previous aircraft mechanical system capabilities, conceptdesign capabilities, test capabilities, technical data development and productioncapabilities, fabrication and capability to provide engineering support during aircraftretrofit.The North American Industry Classification System (NAICS) code for this procurement is541330, Engineering Services, Size Standard $4 Million and Size Exemption for Militaryand Aerospace Equipment and Military Weapons $20 Million. Estimated award date for this contract is 12/1/11. Estimated award amount is $700,000 -$900,000, per year, for 5 years. 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 indicating the ability to performall aspects of the effort described herein. This statement should be 5 pages or less,single spaced, and have minimum 12 point font (Pages in excess of the stated requirementwill not be reviewed).Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service-DisabledVeteran Owned, Historically Underutilized Business Zone and Historically Black Collegesand Universities)/Minority Institutions; number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). Technical questions should be directed to: Kevin Lesenski,kevin.j.lesenski@nasa.gov. Procurement related questions should be directed to: ScottStephens, scott.a.stephens@nasa.gov.The government intends to acquire a commercial service using FAR part 12. A commercialitem 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. All responses shall be submitted to Scott Stephens or Omar Collier no later than 8/21/11.Oral communications are not acceptable in response to this notice. Please referenceNNJ11ZBJ006L in any response. Any referenced notes may be viewed at the following URLslinked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ11ZBJ006L/listing.html)
 
Record
SN02528491-W 20110812/110810235044-05a43f781f51800c26ab8c85a812c9dd (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.