Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

J -- KENNEDY SPACE CENTER SPACE PROCESSING AND MANUFACTURING CAPABILITY

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
KSC-RFI-SPM2-Capability
 
Response Due
2/8/2012
 
Archive Date
1/18/2013
 
Point of Contact
Nancy A Potts, Contracting Officer, Phone 321-867-4646, Fax 321-867-4848, Email nancy.a.potts@nasa.gov
 
E-Mail Address
Nancy A Potts
(nancy.a.potts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is issued by the NASA/KSC to post a Request For Informatin via theinternet, and solicit responses from interested parties. This document is forinformation and planning purposes and to allow industry the opportunity to verifyreasonableness and feasibility of the requirement, as well as promote competition. Kennedy Space Center Space Processing & Manufacturing CapabilityIntroduction:NASA Kennedy Space Center (KSC) is looking to preserve an inventory of processing andmanufacturing equipment for current and future mission support. This Request forInformation (RFI) describes this equipment, currently underutilized as a result of thetransition from the Space Shuttle Program to the future mission activities authorized byCongress. NASA KSC is seeking to identify potential industry interest in the operationand/or maintenance of this NASA property, identified in Attachment 1(Mandatory Equipment)and Attachment 2. NASA KSC is considering entering into a loan agreement for thisproperty in which the submitter would, at their own expense, take possession of theequipment and maintain it for the term of the loan. NASA KSC is seeking suggestions howthe equipment would be used and/or maintained in order to make the contemplated loanagreement feasible. Collectively, this equipment supports capabilities like flight hardware fabrication,cable fabrication, reverse engineering and production of Original Equipment Manufacturer(OEM) flight hardware.NASA seeks to keep ownership of all assets identified inAttachment 1 and 2 in their entirety as part of this loan agreement. However, NASArequires that any loan agreement include, at a minimum, all property listed in Attachment1. If the respondent elects not to maintain items from Attachment 2, they must describetheir plan to maintain that capability in the equipments absence. Purpose:The purpose of this RFI is to identify potential partners and concepts for the operationand/or maintenance of the NASA property identified in Attachments 1 and 2. Collectively,these assets are used in the manufacturing, repair and inspection techniques necessaryfor space flight hardware, avionics and ground processing. NASA KSC is consideringentering into a loan agreement for these assets.To the extent that NASA enters into a loan agreement, it will do so via a Space ActAgreement (SAA), consistent with its authority under the Space Act [51 U.S.C. 20101-164]. The Agreement will define the full roles and responsibilities of NASA andthe selected partner. NASA would maintain the right to terminate the Agreement, in wholeor in part, at any time for reasons they deem sufficient.All relocation expenses would be the responsibility of the partner upon commencement ofthe Agreement.The partner would be fully responsible for the maintenance of theequipment, at their own expense, for the term of the loan. Upon completion of theAgreement, or if NASA withdraws part or all of the assets, the partner would beresponsible for the safe transfer of the equipment to a location designated by NASA KSC.The loan would not exceed five years, but could be subject to extension under specificcircumstances.The property may be treated as offsite contractor-accountable GovernmentProperty subject to the requirements of FAR 52.245-1.Objectives of the RFI:All categories of domestic entities organized under the laws of the United States or of aState, including U.S. Federal Government Agencies, are eligible to respond to the RFI. NASA KSC is interested in gathering information from viable organizations regarding theirability to provide support for the proposed loan agreement. NASA is specificallyrequesting the following information:Submitter name and address, as well as Point of Contact name, phone number andemail address.A clear description of the proposed location for operating and/or maintaining theNASA property.NASA reserves the right to visit the proposed location before a selectionis made.A description of how the submitter can best support the loan of equipment,including a qualification plan, indicating how the property could be operated and/ormaintained to meet NASA standards and certifications. Identification of current or past Government contracts under which the submitterheld contractor-accountable Government property subject to FAR 52.245-1, GovernmentProperty.A proposed timeline which includes obtaining and returning the property to NASAfor the period of the loan agreement. Responses should reflect all equipment obtained byFebruary 2013.A description of submitter assets and resources (e.g. people and facilities) tobe used for the proposed loan agreement, including any NASA certifications and/orexperience with NASA standards. A description of the submitters capital assets thatwould be used in conjunction with the loan agreement.A summary of the submitters ability to provide support for the proposed loan,including a demonstration that the submitter has sufficient financial resources tofulfill the terms of the loan in the proposed timeline. In order to provide NASA KSC use of this capability, the property must be located and/ormaintained in one consolidated geographical area within a 50 mile radius of the KennedySpace Center.Response Instructions:The requested responses are for information and planning purposes only. NASA does notintend to post information or questions received to any website or public accesslocation. NASA does not plan to respond to the individual responses. NASA reserves theright to share all information received in response to this RFI throughout NASA and withits Federal and State Government partners. It is not NASAs intent to publicly disclose proprietary information obtained throughthis RFI; therefore, responses should not include any proprietary information.Ifproprietary information is included, it should be clearly marked. NASA will protect suchdata from public disclosure to the extent permitted under the Freedom of Information Actand other laws and regulations.All responses must be submitted in Portable Document Format (PDF) via email tonancy.a.potts@nasa.gov and cc:jael.p.lamothe@nasa.gov. Font should be Times New Roman,size 12. Responses should not exceed ten (10) pages and should referenceKSC-RFI-SPM2-Capability. Responses are due on or before 12:00pm local time, February8, 2012. Responses received after the due date may not be considered.Respondents willbe sent an acknowledgment upon receipt of their response.NASA reserves the right to select all, some or none of the respondents for discussions.This preliminary information is being made available for planning purposes only, subjectto FAR Clause 52.215-3, entitled Solicitation for Information and Planning Purposes. It does not constitute a Request for Proposal, Invitation for Bid or Request forQuotation, and it is not to be construed as a commitment by the Government to enter intoa contract or other type of agreement.Moreover, the Government will not pay for theinformation submitted in response to this RFI, nor will the Government reimburse asubmitter for costs incurred to prepare responses to this RFI.No solicitation exists at this time; therefore, do not request a copy of thesolicitation. If a solicitation is released, it will be synopsized on FedBizOps and onthe NASA Acquisition Internet Services (NAIS).It is the potential submittersresponsibility to monitor these sites for release of any solicitation or synopsis.NASA reserves the right to amend or withdraw this Request for Information at any time.Site Visit:A site visit is scheduled for all interested parties on January 23, 2012 from 10:00am to11:30am. The tour will leave promptly at 10:00am from the lobby of the NSLD facility,8550 Astronaut Blvd, Building 1, Cape Canaveral, FL. Building 1 has flags out front anda large awning over the front door way.Individuals must arrive early to allow ample time for badging.Proper attire is longpants, closed toed shoes, no high heels. A brief question and answer session will beheld following the tour. No cameras are allowed in the NSLD facility.In order toparticipate in the site visit, interested parties must provide the following informationto nancy.a.potts@nasa.gov no later than 12:00pm, Friday, January 20, 2012.Name:Company Name:Telephone Number:Email Address:Comments and Questions:Comments and questions must be submitted in writing to Nancy Potts atnancy.a.potts@nasa.gov and cc:Jael Lamothe at jael.p.lamothe@nasa.gov. All questionsmust be received by 10:00pm local time on January 27, 2012.Point of Contact:Nancy A. PottsEconomic Planner, Spaceport Planning OfficeCenter Planning and Development Office (AA-D1)321-867-4646nancy.a.potts@nasa.govAn ombudsman has been appointed -- See NASA Specific Note 'B'.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/KSCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 It is the offeror'sresponsibility to monitor the Internet cite for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/KSC-RFI-SPM2-Capability/listing.html)
 
Record
SN02656135-W 20120120/120118234321-60daff04f2f2c72cc9b0dbebd4cdb650 (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.