Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

R -- KSC Propellants and Life Support Services (KPLSS) II

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899, United States
 
ZIP Code
32899
 
Solicitation Number
80KSC019R0038
 
Point of Contact
Steven H. Vandercook, Phone: 3218675092
 
E-Mail Address
steven.h.vandercook@nasa.gov
(steven.h.vandercook@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) plans to issue the Request for Proposal (RFP) for KSC Propellants and Life Support Services (KPLSS) II. This notice relates to the Sources Sought Notice (Reference Number NNK19ZOS101L) and Draft RFP (Reference Number 80KSC019R0038-DRAFT). KPLSS II will provide propellant services, which includes receipt, storage, repackage, sampling, analysis, and distribution of 15 different fluids, which include, cryogenic propellants, hypergolic propellants, high-pressure gases (up to 15,000 psig), and other specialty aerospace fluids. Propellant services also include the fleet management and maintenance of all vehicle and facility systems, which includes over 100 major mobile equipment items and 50 fixed propellant systems. KPLSS II will also provide life support services, which include the delivery, recycling, rebuild, and manufacture of protective equipment, and an assortment of gaseous and liquid air supplied breathing equipment. Life support services also include the provision of protective clothing and respiratory protection equipment to personnel working in toxic or oxygen deficient atmospheres; and operation and maintenance of cryogenic liquid and gaseous air packs, protective clothing, and emergency breathing equipment. The following are examples of life support equipment: Propellant Handlers Ensemble (PHE) also known as Self-Contained Atmospheric Protection Ensemble (SCAPE), Supplied Air Respirators (SAR), Astronaut Rescue Air Pack (ARAP), Portable Air Ventilators (PAVs), Self-Contained Breathing Apparatus (SCBA), Emergency Life Support Apparatus (ELSAs), liquid air packs, and medical resuscitators. Additional responsibilities of KPLSS II include: ordering fluids; performing usage analysis and accounting; providing support plans and efficiency studies; and maintaining and providing sustaining engineering for Government-owned propellant and life support facilities, systems, and equipment, including pressure vessel systems management and recertification in accordance with NASA and KSC procedural requirements; the Code of Federal Regulations; Department of Defense requirements; and industry standards. This is a full and open procurement. The North American Industry Classification System code and size standard is 541330, Engineering Services, and $38.5 million, respectively. The anticipated release date of the RFP is on or about November 21, 2019. The firm date for the receipt of proposals will be stated in the RFP. All responsible sources may submit a proposal, which shall be considered by the Agency. This synopsis is not a solicitation, the Government is not requesting proposals at this time, and this synopsis should not be construed as a commitment by the Government. The solicitation and any documents related to this procurement will be available on FBO.gov. It is the Offeror's responsibility to monitor FBO.gov for the release of the solicitation and amendment (if any). Offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). A KPLSS II website has been established at https://procurement.ksc.nasa.gov/KPLSSII. Interested parties may register for access to the Bidder's Library and other information. NASA FAR Supplement Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. IMPORTANT INFORMATION ABOUT EXPORT CONTROL DOCUMENTATION: The final RFP, if released, will contain Export Controlled documentation. Access to RFP details will only be granted through Federal Business Opportunities (FBO) www.FBO.gov requests. Please register on FBO site to obtain all RFP information. Note: Sources that have not previously registered for access to Export Controlled documentation in FBO will first need to submit documentation to the U.S./Canada Joint Certification Office. See https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ for details on required documentation. Please ensure the company address submitted on the DD2345 is EXACTLY the same as the address registered in SAM (www.SAM.gov); any deviation in address with cause the form to be returned to the contractor for correction. This complete process can take a few weeks and can only be done through the mail due to original signature. Since electronic transmission is not permitted by the Joint Certification Program (JCP), it is advised that interested parties submit their documentation to JCP as soon as possible. Certification by JCP is valid for a 5-year period. Once approved by the JCP, sources will then need to contact FBO's Federal Service Desk to have their registration updated with export control access (JCP certified) and complete the process at https://www.fsd.gov/. This takes approximately 3 days to complete the process. Once your FBO registration has been updated, please submit your request for access for the documentation of this requirement using your Marketing Partner Identification Number (MPIN). For more information please see the Vendor User Guide sections in reference to "Request Explicit Access to View a Document", "Viewing Export Controlled Documentation" or "Explicit Access and Export Controlled Documents" as applicable, found on the FBO website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. IMPORTANT INFORMATION ABOUT CONTRACTOR PROPRIETARY DOCUMENTATION: The final RFP, if released, will contain certain documentation that is categorized as Contractor Proprietary information. In order to gain access to this documentation for the purposes of responding to this RFP, offerors must contact the Contracting Officer (CO), Steven Vandercook, at steven.h.vandercook@nasa.gov for instructions on completing the required Non-Disclosure Agreement(s) (NDA). Offerors must agree to, sign, and return the completed NDA(s) back to the CO prior to access being granted to the documentation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/80KSC019R0038/listing.html)
 
Place of Performance
Address: Kennedy Space Center, Merritt Island, Florida, United States
 
Record
SN05492493-W 20191109/191107231036-9c645d9e633e5c432038bc5ff7bc1289 (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.