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