Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
SOURCES SOUGHT

J -- CENTRAL PROCESS RECERTIFICATION OPERATIONS AND MAINTENANCE

Notice Date
9/25/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
CROM2014
 
Response Due
10/6/2014
 
Archive Date
9/25/2015
 
Point of Contact
Eunice J Adams-Sipp, Contract Specialist, Phone 216-433-6644, Fax 216-433-2480, Email Eunice.J.Adams-Sipp@nasa.gov
 
E-Mail Address
Eunice J Adams-Sipp
(Eunice.J.Adams-Sipp@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) John H. Glenn Research Center (GRC) at Lewis Field which includes Plumbrook Station (PBS), Sandusky, Ohio. NASA is hereby soliciting information about potential offerors for CENTRAL-PROCESS RECERTIFICATION, OPERATIONS, AND MAINTENANCE (CROM) requirement. As part of this Performance Work Statement, the Contractor shall provide maintenance, repair, inspection and recertification capabilities for equipment at both GRC and PBS. The Contractor shall also be responsible for maintenance and implementation of tasks for the Central Process Systems (CPS), collateral equipment, and other functions as described herein. These activities shall emphasize supporting the research (aeronautical and space) missions of GRC in a safe, reliable, and timely manner with minimum disruptions to the Center operations. Additionally, the Contractor must be able to support additional work effort without delay as required by the Government. The Contractor shall have personnel/resources available to address urgent and emergency tasks. This procurement combines requirements currently being performed under two cost type contracts with Mainthia Technologies Inc. NNC09BA22B, Glenn Pressure Systems Certification (GPSC) and NNC09BA23B, Implementation Maintenance Operation of Central Process Systems (IMOC). The estimated contract value for the new requirement ranges between $65M and $70M. The statement of work (SOW) is still being developed; however, the preliminary draft is attached for information purposes only. A summary of the requirements are detailed below: The systems and equipment to be recertified and maintained under this contract are housed in various locations and buildings throughout GRC and Plumbrook Station. Various gases and cryogenic liquids including, but not limited to, nitrogen, hydrogen, oxygen, helium and argon are delivered to GRC by other contractors and stored in pressure vessels and cryogenic dewars. Distribution of these fluids to various test cells and research facilities is provided by piping systems and components, which are included in the PSPV scope.Pressurized systems include the Central Process System, wind tunnels, vacuum vessels; tanks (air, oil, cooling tower water, fuel, etc.) dryers, dehydrators, coolers, filters, separators, and other components, required maintenance, repair, inspection and recertification of these vessels, piping and components are included in the scope of this contract. A variety of aeronautical research test beds, platforms, or facilities at GRC conduct real-time testing of jet engines, engine components and other related systems. GRC utilizes very large air compressors to replicate the conditions encountered in flight, high speed and/or high altitudes. To simulate speed, some compressors produce air pressures ranging from 40 to 1250 psig. Additionally, there are other compressors called exhausters, that create vacuum conditions that simulate altitudes up to 90,000 feet. For this reason research at GRC is dependent upon a reliable source of air distributed at multiple locations, pressures, temperatures and dew points. The CPS consists of standard equipment on hydraulic systems, cooling towers, variable frequency high voltage power systems, centralized computer controls and a variety of other components. The specialized systems and equipment that produce and distribute these products are part of the CPS infrastructure to be operated, maintained, repaired and modified. The National Aeronautics and Space Administration (NASA) Glenn Research Center (GRC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for CENTRAL-PROCESS RECERTIFICATION, OPERATIONS AND MAINTENANCE. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. NO SOLICITATION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. IT IS THE POTENTIAL OFFEROR'S RESPONSIBILITY TO MONITOR THESE SITES FOR THE RELEASE OF ANY SOLICITATION OR SYNOPSIS. Interested offerors having the required specialized capabilities to meet the above requirement should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. 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 they are large, or any category of small business, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). THIS SOURCES SOUGHT SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. The Government WILL NOT pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Debashis Sadhukhan at Debashis.Sudhakhan-1@nasa.gov no later than October 7, 2014 at 5:30 p.m. EST. Please reference CROM2014 in any response submitted. Reference CROM 2014 in the subject line of any email any response submitted. Technical questions may be directed to Debashis Sadhukhan at (216) 433-6576 or via email at Debashis.Sudhakhan-1@nasa.gov. Procurement questions may directed to Eunice J. Adams-Sipp at (216) 433-6644 or via email at Eunice.J.Adams-Sipp@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/CROM2014/listing.html)
 
Record
SN03528194-W 20140927/140925235526-b3cc94c5013cb01dcdec31adba249572 (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.