Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

C -- RECERTIFICATION AND CONFIGURATION MANAGEMENT SERVICES SOL SS293 POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#SS293. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA/LaRC is hereby soliciting information for potential sources to furnish all resources necessary to provide pressure systems recertification and configuration management support services. Recertification Services -- perform inservice inspections on (a) the ground-based, unrecertified pressure systems and (b) the wind tunnel internal structural systems at LaRC; identify each component in the systems under inspection. In identifying these components, determine the components' configuration, dimensions, construction materials, operating temperatures, and operation environments; analyze each component using the appropriate national consensus codes and guides, and establish the components' working stresses; compare these stresses with the allowable stresses in the national consensus codes to evaluate the integrity of the components; nondestructively examine (a) the high stress areas identified in the analyses and (b) 10% plus or minus 0.5% of the welds in the systems;if it is determined additional nondestructive examination is required, nondestructively examine the system; if extensive repairs are required, develop drawings and specifications for the repairs; if limited emergency repairs are required, complete the repairs; summarize the results of the inspections, analyses, and repairs in reports; including the recertification status of all system components; develop future inspection plans for the systems. Configuration Management (CM) Services -- manage and maintain LaRC's existing CM Program; provide facility safety engineering and facility assurance expertise to appropriately modify system safety analyses, operating procedures, check lists and Configuration Controlled drawings when changes are made to facilities in the CM Program; provide facility safety engineering and facility assurance expertise to perform systems safety analyses, develop operating procedures, develop checklists and field verify drawings for facilities not in the CM Program and incorporate into the CM Program if directed; provide facility safety engineering and facility assurance expertise to field verify facility drawings; attend facility operation procedure demonstrations each year and update Configuration Controlled documents as required; review and recommend either approval or disapproval of all Change Notification Sheet (CNS) packages; maintain independent (i) Laboratory Risk (ii) Asbestos and (iii) Pressure Systems CM Programs; provide system safety engineering support for major and minor Construction of Facilities Projects; coordinate Construction of Facility design reviews; maintain the existing Configuration Management Online (CMOL) system; provide computer expertise to update/incorporate hardware and software enhancements for existing (OSEMA) computer servers that support CMOL; provide engineering expertise to place and maintain documents for models, flight projects, space projects, and flight operations under CM and make documents for these projects accessible to LaRC personnel using the existing CMOL system; provide engineering expertise to document all meetings of the LaRC Executive Safety Board (ESB) and its Committees and place all generated documents under CM; allow LaRC personnel access to all ESB documents using the existing CMOL system. A performance-based contract is contemplated assigning the Contractor the full responsibility for a quality performance with a total potential period of performance, including options, of 5 years, commencing July 1999. The Standard Industrial Classification (SIC) Code is 8711 with a size standard of $2.5 million in average annual sales for the preceding three fiscal years. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. Only firms with demonstrated relevant capabilities and project experience in the full range of services described above need respond. New firms may respond by citing the experience and capabilities of individuals in the firm, based on performance and responsibility while in the employ of others. Responses must include: a) Name and address of firm, b) Size of Business: revenue and number of employees, c) Ownership-Large/Small/Small Disadvantaged/8(a)/or Woman-Owned, d) Year present firm established, e) Names of two principals to contact: Title/Phone number, f) DUNS number (if available), g) Affiliates of respondent: parent, teaming partner, mentor/protigi joint venture, prime/sub, h) Areas of Business: allocation of personnel and revenue for each and number of years of experience associated with each, i) Contract termination history: customer point of contact/phone number, and circumstances for termination, j) List of all clients in the past 5 years -- highlight relevant projects, provide customer point of contact with phone number, project summary, type of contract, contract number, and dollar value of project, and k)Summary of personnel by discipline. Technical questions should be directed to: Harold W. Beazley at 757-864-3368 or e-mail: h.w.beazley@larc.nasa.gov. Procurement related questions should be directed to: Carolyn A. Wells at 757-864-2529 or e-mail: c.a.wells@larc.nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". [INTERNET ONLY(commercial product definition)] This synopsis is for information and planning purposes and is not to be construed as a commitment by Government nor will the Government 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. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001 no later than July 28, 1998. In responding reference SS293. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. Posted 07/23/98 (D-SN227432). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0030 19980727\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page