Status Report

NASA Request for Information: Flight Test EFT-1 Orion Crew Module Recovery

By SpaceRef Editor
July 19, 2013
Filed under , ,

Synopsis – Jul 18, 2013

General Information

Solicitation Number: NNK13ZMS002L
Posted Date: Jul 18, 2013
FedBizOpps Posted Date: Jul 18, 2013
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 19, 2013
Current Response Date: Aug 19, 2013
Classification Code: V — Transportation, travel, and relocation services
NAICS Code: 488320

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is seeking information about potential sources capable of providing services to recover NASA’s Orion Crew Model (CM) and associated recoverable assets. The intent of this Request for Information (RFI) is to obtain information from industry to assist KSC to develop a commercial capability for crew module recovery. NASA is soliciting initial intent of interest from all companies with past experience and/or qualifications of similar services that can meet the anticipated performance period noted in this RFI.

**This RFI contains sensitive information. Access to RFI details will only be granted through www.FBO.gov requests. Please register on FBO site to obtain all RFI information.**

The NASA KSC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining commercial capabilities, the appropriate level of competition and/or small business subcontracting goals for this requirement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

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. Feedback to this RFI may be utilized in formulating the Government’s acquisition strategy and documents.

All responses should be provided electronically in MS Word format. Font should be Times New Roman, size 12. Responses should not exceed 15 pages and should reference NNK13ZMS002L. Please submit responses electronically no later than August 19, 2013, to Kelly.J.Boos@nasa.gov. Oral communication is unacceptable. All technical questions may be submitted within the response.

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. Moreover, the Government will not pay for the information submitted in response to this RFI, nor will the Government reimburse an Offeror 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 in the FedBizOpps and on the NASA Acquisition Internet Services (NAIS). It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Any solicitation and/or documents related to this RFI 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 site 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.

NASA reserves the right to share all information received in response to this RFI throughout NASA and to use all information submitted in response to the RFI in NASA’s formulation of a potential solicitation. However, any submitted competition sensitive data should be clearly marked and will not be shared outside the NASA CM recovery procurement development team. Although information contained herein represents current program content and acquisition planning, it is subject to change. Response to this RFI is requested within the content of the general approach described in the following paragraphs.

It is anticipated that any resulting solicitation/contract will include a cross-waiver of liability similar to that provided in 14 CFR 1266.104, under which each party agrees not to bring claims against the other party for any harm to its property or employees, and assumes the risk of its own participation in the contract.

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 large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 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).

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

Any referenced notes may be viewed at the following URLs linked below. http://prod.nais.nasa.gov/eps/govnote.html http://prod.nais.nasa.gov/eps/nasanote.html

Point of Contact

Name: Kelly J Boos
Title: Contracting Officer
Phone: 321-867-8424
Fax: 321-867-2825
Email: Kelly.J.Boos@nasa.gov

Name: Christopher A Zuber
Title: Contract Specialist
Phone: 321-867-2115
Fax: 321-867-1166
Email: Christopher.Zuber@nasa.gov

SpaceRef staff editor.