NASA Solicitation: Aeronautics and Exploration Mission Modeling and Simulation
Synopsis – Dec 12, 2008
General Information
Solicitation Number: NNA0974979R-NCV
Posted Date: Dec 12, 2008
FedBizOpps Posted Date: Dec 12, 2008
Original Response Date: Jan 05, 2009
Current Response Date: Jan 05, 2009
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
Contracting Office Address
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
Description
NASA/ARC is herby soliciting information about potential sources for providing engineering research and development. This research will support NASA Space Exploration, Aeronautics and Science Missions. The major objectives include the design and analysis of aerospace vehicles and systems, the analysis of technologies and technology portfolios and their ability to meet the requirements of the NASA missions, and high-end supercomputing (HEC) research and applications. This procurement is a follow-on requirement for Aeronautics and Exploration Mission Modeling and Simulation (AEMMS) support. The support is currently provided by Eloret Corporation on the cost-plus-award-fee contract NNA05BF35C. The current end date of the contract is June 30, 2009 and total contract value is $14M. Use the links at http://www.hq.nasa.gov/office/pao/FOIA/agency/ to request information through the FOIA Office. NASA ARC is soliciting information about potential sources for the above services.
Part I. PURPOSE OF THIS SYNOPSIS
1) To request information on capabilities of potential offerors to provide the services in order to determine if this will be a small business set-aside or a full and open competition. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. An AEMMS interested parties list will be created and posted.
2) To request information from interested parties regarding their preferred contracting approach including contract type.
Part II. SUMMARY OF PROPOSED WORK BACKGROUND
AEMMS will support engineering research and development in the following areas: project management, systems engineering, systems analysis, research and analysis, design and development, testing, computer modeling, technical and proposal writing, and other functions necessary to complete projects.
TECHNICAL ACTIVITIES:
The following lists the technical activities that may be required under AEMMS during the contract performance period. These activities include services to enable the modeling, simulation, and analysis of systems relevant to the NASA Aeronautics and Exploration Missions in the following technical areas:
a) Aerospace systems analysis tools development and application b) Aerospace vehicle and system design and analysis c) Optimization and mission decision support tools and analysis d) Computational fluid dynamics (CFD) tools development and application e) High fidelity modeling and simulation of aerospace systems f) Integrated design and analysis framework development g) Aerospace technology portfolio analysis h) Risk analysis methods development and application to aerospace systems i) CFD analysis of computer room cooling systems j) Grid generation tool development k) Digital astronaut development l) Planetary and Earth Science CFD modeling m) Computational chemistry, computational biology, and computational material science
Part III. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES
Interested Offerors having the required specialized capabilities/qualifications to support some or all the work listed under Part II above are asked to submit a capability/qualification statement of 10 PAGES or less. There is no required font size and/or type designated for this “Capability/Qualification Statement.” Figures, exhibits, and diagrams must be readable. Submit your responses electronically in PDF format. The Government requests separate files for “Statement of Capabilities” and “Contracting Approach” responses.
The response to this Part III must include the following:
1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable).
2) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a) small business, HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 541712, size standard 500 employees.
3) Your company’s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. If you plan to subcontract a portion of the effort please explain which portion, if any, you plan to subcontract.
4) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number.
The Government reserves the right to consider a small business set-aside based on responses.
Part IV. RESPONSES REGARDING CONTRACTING APPROACH
ARC is considering use of a Cost Plus Fixed Fee contract for this AEMMS requirement. The Government is soliciting contracting approaches that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning:
a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business.
b) Use of Incentives: In an attempt to determine the appropriate contract type (contract types for consideration, alone or in a hybrid combination, include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for this particular procurement, the Government is soliciting input from interested parties and asks that responses include information regarding why a particular contract type might be more appropriate (benefits and impediments), and how that proposed contract type would affect costs. In addition, please provide your view regarding performance incentives to include, types of fee, options, and/or other appropriate incentives for contractor performance.
c) Data: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)?
There is no limit on the page length to your response to PART IV. RESPONSES REGARDING CONTRACTING APPROACH.
Part V. YOUR RESPONSES TO THE SYNOPSIS
All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than 2:00 pm PST, Monday, January 5, 2009. Please respond via electronic mail (e-mail) to Naomi Castillo-Velasquez, Contracting Officer at: Naomi.Castillo-Velasquez@nasa.gov. Written questions should also be directed to the Contracting Officer, at the following address: Naomi.Castillo-Velasquez@nasa.gov.
In all responses, please reference solicitation number NNA0974979R-NCV. Verbal questions will not be accepted. If an interested party requests confirmation of receipt, the Contracting Officer will confirm receipt. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.
Point of Contact
Name: Naomi Castillo-Velasquez
Title: Contracting Officer
Phone: 650-604-3421
Fax: 650-604-3952
Email: naomi.castillo-velasquez-1@nasa.gov
Name: Natalie R. LeMar
Title: Contracting Officer
Phone: 650-604-3005
Fax: 650-604-0912
Email: natalie.r.lemar@nasa.gov