Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

A -- Sources Sought for Subcontracting Opportunities for the Optical Telescope Assembly (OTA) for the WFIRST Project

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-WFIRST-OPTICAL-TELESCOPE-ASSEMBLY-SUBCONTRACTING-OPPORTUNITIES
 
Archive Date
2/8/2017
 
Point of Contact
Julie Anne Janus, Phone: 3012864931
 
E-Mail Address
julie.a.janus@nasa.gov
(julie.a.janus@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA/Goddard Space Flight Center (GSFC) is seeking capabilities from all categories of Small Businesses and HBCU/MSIs for the purpose of determining the appropriate level of Small Business and HBCU/MSI subcontracting goals for a requirement for the refurbishment, assembly, integration and test of the Wide Field Infrared Survey Telescope (WFIRST) Optical Telescope Assembly (OTA). This work includes the refurbishment and/or modification of existing hardware and integration with newly fabricated hardware, the testing and qualification of the sub-assemblies and integrated hardware, payload integration, and on-orbit commissioning of the WFIRST OTA. The WFIRST-OTA is a multi-mirror diffraction-limited imaging space telescope with a 2.4-meter diameter primary mirror. The OTA consists of several assets remaining from a previous program, which includes the following flight hardware; the primary and secondary mirrors, composite support structure, several alignment and launch lock mechanisms, an outer-barrel assembly, thermal blankets, active thermal control system, and numerous pieces of ground support equipment and vaulted spare parts and materials. NASA/GSFC is seeking capability statements from all interested parties that possess the technical capability to provide support for the requirements as a subcontractor, including Large, 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 small business subcontracting goals for this effort. Potential offerors are requested to submit information in the form of a Capabilities and Qualifications Statement that includes: (1) Addressing all of the functional areas outlined above; and, (2) Summarizing relevant past experience. Capabilities Statements shall not exceed 25 pages. Companies also must be registered in the System for Award Management (SAM) (www.sam.gov) to be considered as potential sources. The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Your responses will not be returned nor will respondents be notified of the results of the evaluation. This capability statement should indicate the ability to be a subcontractor and perform all aspects of the effort described herein. It is insufficient to provide only general brochures or generic information. Additionally, your responses must include the following: name and address of firm, size of business; whether they are Large, Small, SDB, 8(a), WOSB, VOSB, SD-VOSB, HUBZone, and HBCU/MI, and affiliate information: parent company, joint venture partners, and potential teaming partners. Technical and procurement questions should be directed to: Scott Smith at (301) 286-2202 or jeffrey.s.smith@nasa.gov and Julie Janus at (301) 286-4931 or Julie.A.Janus@nasa.gov. It is requested that capability statements be submitted as described in the previous paragraphs by electronic mail to: Julie Janus at Julie.A.Janus@nasa.gov, no later than 4:30 PM ET on Tuesday, January 24, 2017. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. Questions regarding this notice should be directed to the point of contacts listed below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/26500b1030b50d16ce84103957b4bc0a)
 
Record
SN04368588-W 20170113/170111233937-26500b1030b50d16ce84103957b4bc0a (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.