Status Report

NASA JSC Solicitation: Aircraft Maintenance Operational Support and Microgravity Services 28 Sep 2010

By SpaceRef Editor
September 30, 2010
Filed under , ,

Synopsis – Sep 28, 2010

General Information

Solicitation Number: NNJ10ZB013L
Posted Date: Sep 28, 2010
FedBizOpps Posted Date: Sep 28, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Oct 19, 2010
Current Response Date: Oct 19, 2010
Classification Code: J — Maintenance, repair and rebuilding of equipment
NAICS Code: 488190 – Other Support Activities for Air Transportation

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

Description

NASA/JSC is seeking capabilities from Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and/or Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs) that are potential sources for determining the appropriate level of small business subcontracting goals for an anticipated contract for aircraft maintenance operational support and/or microgravity services. This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled “Request for Information or Solicitation for Planning Purposes.” It does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract. This document is for information and planning purposes to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.

The contract may be awarded to one contractor for Aircraft Maintenance and Operational Support (AMOS), and Microgravity Services (MS). Alternatively, more than one award may result, with one award being issued for AMOS and one award for MS.

AMOS (exclusive of MS)

AMOS includes support for aircraft (exclusive of the aircraft provided for microgravity services) at NASA’s Lyndon B. Johnson Space Center (JSC) at Ellington Field in Houston and at El Paso, Texas; and at Edwards Air Force Base, California.; Edwards, California; Langley Research Center (LaRC), Hampton, Virginia; other remote sites, domestic and foreign, where services are required. The possibility exists that other NASA Centers such as Wallops Flight Facility (WFF), Wallops Island, Virginia; Glenn Research Center (GRC), Cleveland, Ohio; and other Agencies may be included.

The proposed services will include flight operations, maintenance, repairs and alterations and will provide engineering services for a variety of airframes, engines, appliances and support equipment at the various locations.

Microgravity Services Requirements (exclusive of AMOS)

NASA operates the Reduced Gravity Research Program at the Lyndon B. Johnson Space Center (JSC) in Houston, Texas. The program provides a unique “reduced gravity” or “zero-g” environment for microgravity research (in areas such as fluid physics, combustion, material sciences, and life sciences), engineering development (for the International Space Station and other space hardware programs) and astronaut flight crew training.

NASA will provide a modified C-9 aircraft as Government Furnished Equipment (GFE) or the contractor can provide their own aircraft. The microgravity service will provide full support including flight operations (with test conductors), experimental hardware integration, scheduling of aircraft and experiments, and aircraft maintenance in execution of the Reduced Gravity Research Program.

A detailed description of NASA’s current aircraft maintenance and operational support service requirements are described in the Aircraft Maintenance and Modification Program Statement of Work located in the technical library on the RFI website (http://procurement.jsc.nasa.gov/amosms/ ). Please note the requirements in the statement of work for AMOS may differ from the current statement of work.

In addition, further information about the Reduced Gravity Program is located in the technical library (http://procurement.jsc.nasa.gov/amosms/authorize.htm ). AMOS and MS requirements include but are not limited to services such as:

* Maintenance/production control (manage and control maintenance activities)

* Logs and records (configuration management)

* Quality control and inspection

* Logistics (procurement, supply)

* Aircraft Engineering

* Support shops (electric, hydraulic, sheet metal, ground support equipment)

* Resource management (training, facilities, safety)

* Aircraft servicing, launch/recovery, aircraft maintenance

* Flight crews including test directors, pilots, flight engineers, load masters, etc.

* Contract management

AMOS requirements in addition to the above listings:

* Unique and specialized support for:

– Engines

– Airframes

– Egress systems

– Avionics

– Aviation life support systems (parachutes, high altitude pressure suits, etc.)

– Unique engineering support

– Alterations, integration and certification

MS unique requirements (exclusive of AMOS) include services such as:

* Support for microgravity services customers

* Airworthiness review and approval process for payloads

* Experiment and payload integration services

* Engineering services for support of microgravity payload development and integration

* Flight operations services

* Reduced Gravity Office business management

The pertinent contract information for the current contract in which many aspects of the AMOS Statement of Work are currently detailed is as follows:

Current Contractor: CSC Applied Technologies, LLC

Contract Number: NNJ09JE44C

Estimated Contract Value: $104.5 million

Contract Expiration Date: The current contract’s period of performance ends February 28, 2011. There is one, one-year option available which would extend the period of performance through February 29, 2012.

Information Requested

Interested companies having the required specialized capabilities to perform any of the aspects of the effort described in this RFI should submit a capability statement indicating their ability to meet the specific requirements related to their area of expertise.

Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Women-Owned Small Businesses (WOSBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), and Historically Black Colleges and/or Universities/Minority Institutions (HBCU/MIs) number of years in business; affiliate information such as parent company or joint venture partners; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). Specific examples of relevant experience, including detailed descriptions, are recommended. NASA intends to release the names, addresses, and points of contact of all respondents on the NASA for this procurement unless specifically requested not to do so by the respondent.

Again, this is a request for information only. NASA will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOps 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.

Your Response to the Request for information

All responses shall be received no later than October 19, 2010. Technical questions should be directed to: Gary Ash, gary.w.ash@nasa.gov. Procurement related questions should be submitted in writing to: Roger Roberts, roger.m.roberts@nasa.gov, or Alice J. Pursell, alice.j.pursell@nasa.gov.

An RFI website has been developed at the following link http://procurement.jsc.nasa.gov/amosms/ . Interested parties are responsible for checking this website.

Point of Contact

Name: Alice J Pursell
Title: Contracting Officer
Phone: 281-483-9027
Fax: 281-483-4066
Email: alice.j.pursell@nasa.gov

Name: Roger M. Roberts
Title: Contract Specialist
Phone: 281-483-2916
Fax: 281-483-9741
Email: roger.m.roberts@nasa.gov

SpaceRef staff editor.