Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

D -- Sources Sought Notice: Autonomous Systems on Ground and Space Using G2 and NASA Platform for Autonomous Systems - Draft SOW

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA Stennis Space Center, Office of Procurement, Mail Stop DA00, Stennis Space Center, Mississippi, 39529-6000, United States
 
ZIP Code
39529-6000
 
Solicitation Number
80SSC018L0005
 
Point of Contact
Melissa R. Wagner, Phone: 2286881065, Charles J Heim, Phone: 2286883199
 
E-Mail Address
melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov
(melissa.r.wagner@nasa.gov, Charles.j.heim@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW Autonomous Systems on Ground and Space Using G2 and NASA Platform for Autonomous Systems The National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement (OP) is seeking potential sources from all categories of Large and Small Businesses with the capabilities and experience to provide the requirement described herein. The purpose of this Sources Sought Notice, therefore, is to conduct market research to determine potential sources and capabilities of Small Business firms to provide the required services to SSC. SSC wishes to determine if there are Small Business (SB), Small Disadvantaged Business (SDB), Certified 8(a) Small Business, HUBZone Small Business (HUBZone), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), firms with the capabilities and experience to meet the Government's requirement, and the appropriate level of competition and/or Small Business subcontracting goals if applicable. The NAICS Code and Size Standard for this requirement are 541330 and $15M, respectively. The work to be performed includes the implementation using the NASA Platform for Autonomous Systems (NPAS) within the G2 Programming Environment and G2 layered products such as Symcure, network bridges, and others. See the draft Statement of Work for more details. Specific Qualifications of Provider 1. Expertise and extensive experience developing applications in G2 and Symcure (four (4) or more years of experience). 2. Expertise and experience developing applications with NPAS, including its AO capabilities developed using G2 and Symcure (two (2) or more years of experience). 3. Experience and understanding of NASA's ground/spacecraft cryogenic-fluid management systems, electrical systems, and flight/space support systems (four (4) or more years of experience). 4. Experience and knowledge about autonomous space habitats (one (1) or more years of experience). 5. Experience and knowledge about the field of Integrated System Health Management (ISHM). 6. Experience and knowledge about the field of Autonomous Operation (AO). 7. Developers must be eligible to be badged to work on location at NASA Centers while meeting security and International Traffic in Arms Regulations (ITAR) requirements. The information gathered from this Sources Sought Notice will be used for market research analysis and to determine whether a future procurement may be conducted as a competitive set-aside or issued under full and open competition (unrestricted). The Government reserves the right to consider a Small, 8(a), SDV, or HUBZone small business set-aside based on responses hereto for this requirement. A determination by the Government not to procure this requirement, based upon responses to this notice or other market research, is solely within the discretion of the Government. Although all comments received will be carefully reviewed and considered for inclusion in any possible later action, the initiators of this request make no commitment to include any particular recommendations. Respondents will NOT be notified of the results of the evaluation of submissions received. This notice should not be construed as a formal Request for Quotation (RFQ) or Proposal (RFP) (solicitation). Responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. This notice is not to be construed as a commitment by the Government to make a purchase, nor will the Government pay for the information solicited or be held liable for any information obtained. Those companies who wish to express an interest to the notice are asked to submit a written Statement of Capability (SOC) that addresses high-level alternatives; general, market-based approaches; experience in this area; knowledge of the work involved; and professional resources limited to three (3) pages. Submission of any information in response to this notice is completely voluntary. Responses should be based on the material contained in this notice and any other relevant information the contractor thinks is appropriate. Comments or suggestions relevant to this requirement are welcome and may also be included in the response. Contractors are welcome to submit any additional documentation that may support their ability to comply with the Government's requirement. Responses shall include the company's specific area of interest in this requirement as being either a potential prime contractor, subcontractor, or other. Please also state your business size in accordance to the above NAICS code. The SOC shall not include any proprietary or confidential business or financial information relating to specific companies. Any questions shall also be submitted via e-mail to Melissa Wagner at melissa.r.wagner@nasa.gov (cc: charles.j.heim@nasa.gov) no later than March 22, 2018 at 3:00 pm local time (Central). Reference the Sources Sought Notice # 80SSC018L0005 in any response. Faxed or telephone correspondence will not be accepted. The government anticipates that a Request for Proposal (RFP) will be issued under Acquisition of Commercial Items and Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13 and any resulting award will be made in the form of a Firm Fixed Price (FFP), Indefinite Quantity Indefinite Delivery (IDIQ) contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it and any related documents, will only be issued electronically. They would be accessed and downloaded at Federal Business Opportunities (FedBizOpps) website http://www.fbo.gov. It is the responsibility of potential offerors to monitor these sites for the release of any additional information pertaining to this notice and download their own copy of any resulting solicitation and amendments (if any). An ombudsman has been appointed; the installation Ombudsman is Mr. Kenneth R. Human at ken.r.human@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/SSC/OPDC20220/80SSC018L0005/listing.html)
 
Place of Performance
Address: Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN04851248-W 20180314/180312231359-1489e609a6dc887aa21e72dcdc5bb8af (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.