NASA Kennedy Space Center Space Processing and Manufacturing Capability
Synopsis – Jan 18, 2012
Attachment 1 – Posted on Jan 18, 2012 New!
General Information
Solicitation Number: N/A
Reference Number: KSC-RFI-SPM2-Capability
Posted Date: Jan 18, 2012
FedBizOpps Posted Date: Jan 18, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 08, 2012
Current Response Date: Feb 08, 2012
Classification Code: J — Maintenance, repair and rebuilding of equipment
NAICS Code: 336413
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description
This notice is issued by the NASA/KSC to post a Request For Informatin via the internet, and solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition.
Kennedy Space Center Space Processing & Manufacturing Capability
Introduction: NASA Kennedy Space Center (KSC) is looking to preserve an inventory of processing and manufacturing equipment for current and future mission support. This Request for Information (RFI) describes this equipment, currently underutilized as a result of the transition from the Space Shuttle Program to the future mission activities authorized by Congress. NASA KSC is seeking to identify potential industry interest in the operation and/or maintenance of this NASA property, identified in Attachment 1(Mandatory Equipment) and Attachment 2. NASA KSC is considering entering into a loan agreement for this property in which the submitter would, at their own expense, take possession of the equipment and maintain it for the term of the loan. NASA KSC is seeking suggestions how the equipment would be used and/or maintained in order to make the contemplated loan agreement feasible.
Collectively, this equipment supports capabilities like flight hardware fabrication, cable fabrication, reverse engineering and production of Original Equipment Manufacturer (OEM) flight hardware. NASA seeks to keep ownership of all assets identified in Attachment 1 and 2 in their entirety as part of this loan agreement. However, NASA requires that any loan agreement include, at a minimum, all property listed in Attachment 1. If the respondent elects not to maintain items from Attachment 2, they must describe their plan to maintain that capability in the equipment’s absence.
Purpose: The purpose of this RFI is to identify potential partners and concepts for the operation and/or maintenance of the NASA property identified in Attachments 1 and 2. Collectively, these assets are used in the manufacturing, repair and inspection techniques necessary for space flight hardware, avionics and ground processing. NASA KSC is considering entering into a loan agreement for these assets.
To the extent that NASA enters into a loan agreement, it will do so via a Space Act Agreement (SAA), consistent with its authority under the Space Act [51 U.S.C. SS 20101-164]. The Agreement will define the full roles and responsibilities of NASA and the selected partner. NASA would maintain the right to terminate the Agreement, in whole or in part, at any time for reasons they deem sufficient.
All relocation expenses would be the responsibility of the partner upon commencement of the Agreement. The partner would be fully responsible for the maintenance of the equipment, at their own expense, for the term of the loan. Upon completion of the Agreement, or if NASA withdraws part or all of the assets, the partner would be responsible for the safe transfer of the equipment to a location designated by NASA KSC.
The loan would not exceed five years, but could be subject to extension under specific circumstances. The property may be treated as offsite contractor-accountable Government Property subject to the requirements of FAR 52.245-1.
Objectives of the RFI: All categories of domestic entities organized under the laws of the United States or of a State, including U.S. Federal Government Agencies, are eligible to respond to the RFI. NASA KSC is interested in gathering information from viable organizations regarding their ability to provide support for the proposed loan agreement. NASA is specifically requesting the following information: * Submitter name and address, as well as Point of Contact name, phone number and email address. * A clear description of the proposed location for operating and/or maintaining the NASA property. NASA reserves the right to visit the proposed location before a selection is made. * A description of how the submitter can best support the loan of equipment, including a qualification plan, indicating how the property could be operated and/or maintained to meet NASA standards and certifications. * Identification of current or past Government contracts under which the submitter held contractor-accountable Government property subject to FAR 52.245-1, Government Property. * A proposed timeline which includes obtaining and returning the property to NASA for the period of the loan agreement. Responses should reflect all equipment obtained by February 2013. * A description of submitter assets and resources (e.g. people and facilities) to be used for the proposed loan agreement, including any NASA certifications and/or experience with NASA standards. A description of the submitter’s capital assets that would be used in conjunction with the loan agreement. * A summary of the submitter’s ability to provide support for the proposed loan, including a demonstration that the submitter has sufficient financial resources to fulfill the terms of the loan in the proposed timeline.
In order to provide NASA KSC use of this capability, the property must be located and/or maintained in one consolidated geographical area within a 50 mile radius of the Kennedy Space Center.
Response Instructions: The requested responses are for information and planning purposes only. NASA does not intend to post information or questions received to any website or public access location. NASA does not plan to respond to the individual responses. NASA reserves the right to share all information received in response to this RFI throughout NASA and with its Federal and State Government partners.
It is not NASA’s intent to publicly disclose proprietary information obtained through this RFI; therefore, responses should not include any proprietary information. If proprietary information is included, it should be clearly marked. NASA will protect such data from public disclosure to the extent permitted under the Freedom of Information Act and other laws and regulations.
All responses must be submitted in Portable Document Format (PDF) via email to nancy.a.potts@nasa.gov and cc: jael.p.lamothe@nasa.gov. Font should be Times New Roman, size 12. Responses should not exceed ten (10) pages and should reference “KSC-RFI-SPM2-Capability”. Responses are due on or before 12:00pm local time, February 8, 2012. Responses received after the due date may not be considered. Respondents will be sent an acknowledgment upon receipt of their response.
NASA reserves the right to select all, some or none of the respondents for discussions.
This preliminary information is being made available for planning purposes only, subject to FAR Clause 52.215-3, entitled “Solicitation for Information and Planning Purposes.” It does not constitute a Request for Proposal, Invitation for Bid or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract or other type of agreement. Moreover, the Government will not pay for the information submitted in response to this RFI, nor will the Government reimburse a submitter for costs incurred to prepare responses to this RFI.
No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on FedBizOps and on the NASA Acquisition Internet Services (NAIS). It is the potential submitters’ responsibility to monitor these sites for release of any solicitation or synopsis.
NASA reserves the right to amend or withdraw this Request for Information at any time.
Site Visit: A site visit is scheduled for all interested parties on January 23, 2012 from 10:00am to 11:30am. The tour will leave promptly at 10:00am from the lobby of the NSLD facility, 8550 Astronaut Blvd, Building 1, Cape Canaveral, FL. Building 1 has flags out front and a large awning over the front door way. Individuals must arrive early to allow ample time for badging. Proper attire is long pants, closed toed shoes, no high heels. A brief question and answer session will be held following the tour. No cameras are allowed in the NSLD facility. In order to participate in the site visit, interested parties must provide the following information to nancy.a.potts@nasa.gov no later than 12:00pm, Friday, January 20, 2012. Name: Company Name: Telephone Number: Email Address:
Comments and Questions: Comments and questions must be submitted in writing to Nancy Potts at nancy.a.potts@nasa.gov and cc: Jael Lamothe at jael.p.lamothe@nasa.gov. All questions must be received by 10:00pm local time on January 27, 2012.
Point of Contact: Nancy A. Potts Economic Planner, Spaceport Planning Office Center Planning and Development Office (AA-D1) 321-867-4646 nancy.a.potts@nasa.gov
An ombudsman has been appointed — See NASA Specific Note “B”.
The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 It is the offeror’s responsibility to monitor the Internet cite for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any.
Any referenced notes may be viewed at the following URLs linked below.
Point of Contact
Name: Nancy A Potts
Title: Contracting Officer
Phone: 321-867-4646
Fax: 321-867-4848
Email: nancy.a.potts@nasa.gov