Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
MODIFICATION

R -- Laboratory Support Services and Operations

Notice Date
7/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16ZOS005L
 
Point of Contact
Suzanne M. Blubaugh, Phone: 3218671701
 
E-Mail Address
suzanne.blubaugh@nasa.gov
(suzanne.blubaugh@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA), John F. Kennedy Space Center (KSC) is seeking capability statements for Laboratory Support Services and Operations (LASSO) from all interested parties, including Small Businesses, Small Disadvantaged Businesses (SDB), 8(a), Woman-owned Small Businesses (WOSB), Economically Disadvantaged Woman Owned Small Businesses (EDWOSB), Veteran Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SDVOSB), and Historically Underutilized Business Zones (HUBZone), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for support services and operations for various laboratories located at KSC, Florida. The Government reserves the right to consider a Small, SDB, 8(a), WOSB, EDWOSB, VOSB, SDVOSB or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this effort is 541380, Testing Laboratories, and the small business size standard is $15 million. NASA is also seeking potential prime contractor feedback related to possible subcontracting goals in the event this requirement is solicited on an unrestricted basis. The services provided by the LASSO will focus on lab maintenance and support services, operational support services, and professional and technical support services. NASA operates and maintains a diverse set of laboratories, development shops and test facilities at KSC to provide support services to NASA's programs and a growing base of spaceport customers at KSC. The Government is considering issuing a solicitation to obtain lab maintenance and support services, operational support services, and professional and technical support services within many of KSC's laboratories as described below: Laboratory Maintenance and Support Services The following work area maintenance and support services will be provided on the LASSO contract •Laboratory Safety and Health: provide support for occupational safety, operational safety, industrial hygiene and health physics to include support to safety review boards, safety and health assessments of operations and tasks, development of laboratory safety plans, hazardous materials and chemicals inventory management, and emergency eyewash and shower equipment inspections. •Hazardous and Controlled Waste Management: provide management of hazardous and controlled waste, including support to characterize the waste and interfacing with the KSC environmental program for proper waste collection for disposal. •Equipment Maintenance: perform preventative and/or corrective equipment maintenance when no original equipment manufacturer (OEM) contract or service maintenance agreement is in place. Operational Support Services Provide operational support services to KSC Institution, Programs and Spaceport customers in support of space flight and ground processing operations, research and development, and commercial activities. •Chemical Sampling and Analysis: provide sampling and chemical analysis of gases, cryogenic commodities, fuels, solvents and other fluid systems at KSC, Cape Canaveral Air Force Station and other spaceport customer facilities. •Component Cleaning and Refurbishment: provide component cleaning and refurbishment services of aerospace components in accordance with standards and requirements. Typical samples consist of stainless steel tubing, flex tubing, gauges cylinders, glassware, filters, soft goods, quick disconnect valves, relief valves, solenoid valves, flow through and functional flight components, and other items. Cleaning specifications and standards include ISO 14952-3, Space systems - Surface cleanliness of Fluid Systems - Part 3: Analytical procedures for the determination of nonvolatile residues and particulate contamination; and KSC-C-123J, Specification for Surface Cleanliness of Ground Support Equipment Fluid Systems. Refurbishment involves returning components to manufacturers' specifications. •Calibration: provide metrology and calibration on a wide range of equipment comprising ground support equipment and tools (e.g., pressure gages, load cells, torque wrenches, flowmeters, multimeters, oscilloscopes, etc.). Calibrations will be performed in accordance with American National Standards Institute (ANSI) National Conference of Standards Laboratories (NCSL) Z540.3-2006, Requirements for the Calibration of Measuring and Test Equipment; and International Standards (ISO) 17025:2005, General Requirements for the Competence of Testing and Calibration Laboratories. •Non-Destructive Evaluation: provide inspections and testing for evaluating the quality and integrity of components/parts, systems, and structures related to facilities, ground support equipment (GSE), payloads and flight vehicles. Inspections and testing include: surface and near-surface inspections, certified welding inspection, magnetic particle inspections, liquid penetrant inspection, eddy current testing, infrared testing, volumetric inspections, radiography, and ultrasonic inspections. •Electromagnetic Laboratory: provide electromagnetic interference testing, evaluation and troubleshooting; radio frequency detection; and electromagnetic interference triangulation. Professional and Technical Support Services Provide support services in laboratory environments for scientific research and engineering analysis, test and evaluation. The laboratories primarily support space flight and ground operations and are utilized for development and validation of enabling technologies for future exploration and science missions. The following skills are representative of the work to be performed on LASSO. •Cryogenics and Pneumatics •Physical Sciences: Biology, Chemistry & Physics •Life Support & Habitation Systems •Materials & Process Engineering •Mechanical Testing •Environmental Testing •Corrosion •Granular Mechanics •Electrostatics •Resource Excavation, Transport, Processing, and Utilization on Extraterrestrial Bodies •Autonomous Systems and Robotics Response Instructions Interested offerors having the required capabilities to meet the above requirements should submit a capability statement that addresses: Expertise: •Company expertise and capabilities •Critical skill reachback ability Experience: •Current and previous contracts within the past 5 years including contract Point of Contact (POC) Approach •Methods and ability to maintain and/or support a minimum capacity of critical skills •Methods and ability to surge for planned and unplanned fluctuating requirements •Methods to accommodate KSC's spaceport customer needs, including tenants and other commercial entities Provide responses no later than 25 July 2016 to the following email address: Suzanne.Blubaugh@nasa.gov. Responses are to be no more than 20 pages in the following format: 8.5" x 11", 12-point pitch, Times New Roman font. Responses shall also include a cover letter (not counted as part of the page limitations) with the following information: •name and address of company, •size of business, •ownership, •number of years in business, •DUNS/ Cage number, and •company point of contact, including position, address and phone number. It is insufficient to provide only general brochures or generic information. Capability statements shall include company specific capabilities that are relevant to the requirements listed above. If your company responded to the NNK16ZOS005L or NNK16ZOS005La, Request for Information, posted on May 13, 2016, it is not necessary to submit the same response; however, if you wish for your RFI response to be assessed for this request, please notify the Government. If the respondent wishes to provide updated information to their RFI response, please highlight the changes and resubmit. Other Information may also be obtained at https://public.ksc.nasa.gov/LASSO DISCLAIMER This Sources Sought Synopsis is for planning purposes only, subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes". It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Moreover, the Government will not pay for the information submitted in response to this Notice, nor will the Government reimburse an offeror for costs incurred to prepare responses to this Notice. This invitation to submit capability packages is for the purpose of determining the appropriate level of competition and/or small business subcontracting goals for a potential KSC acquisition. NASA does not plan to respond to individual responses and does not intend to post information or questions received to any website or public access location. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities Website (FedBizOpps), at www.fbo.gov. Interested firms are responsible for monitoring this site for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16ZOS005L/listing.html)
 
Place of Performance
Address: John F. Kennedy Space Center, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04184154-W 20160717/160715234210-3aa83ca1cda8cf2421c5595b4060589c (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.