Status Report

NASA Solicitation: Multi-purpose Crew Vehicle Program Integration Contract

By SpaceRef Editor
November 20, 2011
Filed under , ,

Synopsis – Nov 10, 2011 Modification 01 – Posted on Nov 10, 2011

General Information Solicitation Number: N/A Reference Number: NNJ12414367L Posted Date: Nov 10, 2011 FedBizOpps Posted Date: Nov 10, 2011 Recovery and Reinvestment Act Action: No Original Response Date: Dec 02, 2011 Current Response Date: Dec 02, 2011 Classification Code: A — Research and Development NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) Set-Aside Code: Total Small Business

Contracting Office Address

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

Description

This notice is issued by NASA’s Lyndon B. Johnson Space Center (JSC) as a Request for Information seeking capabilities from industry to 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, 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.

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 responsibility of potential offerors to monitor these sites for the release of any solicitation or synopsis.

It is anticipated that JSC will issue a solicitation for the Multi-Purpose Crew Vehicle (MPCV) Program Integration Services that will support JSC in Houston, Texas. The planned effort will provide professional engineering and related services for the Johnson Space Center (JSC) MPCV Program Office, including the integration of MPCV Program Office work performed at other NASA centers and with the MPCV Program’s lead development contractor. The work will include assessments of management processes, program schedules and costs. Also included is maintenance of the Program plan and Work Breakdown Structure; support to the development of the annual Program Planning, Budgeting and Execution process; and data management, risk management and configuration management. Tasks also include engineering reviews and assessments for system requirements, testing and verification, performing performance analyses, and reporting on the achievability of the integrated requirements. Also required is the development of concept of operations planning, processes and procedures for ground operations, flight execution and recovery.

The NAICS Code for the proposed acquisition is 541712 and the small business size standard is 1,000 employees. The maximum award value is anticipated to be under $50 Million over a 5-year period of performance.

Small business concerns that are capable of performing as prime contractors that meet the requirements of this synopsis are asked to submit capability statements.

Capability statements must include the following information:

*Name and address of firm

*Average annual revenue for past 3 years

*Number of employees

*Ownership

*Company size and note each category: Small Businesses (SBs), Small Disadvantaged Businesses (SDBs) 8(a), HUBZones, Woman-owned Small Businesses (WOSBs), Veteran- Owned Small Businesses (VOSBs), Service Disabled Veteran Owned Small Businesses (SDVOSBs), and Historically Black Colleges and/or Universities (HBCU)/Minority Institutions (MIs)

*Number of years currently in business

*Affiliate information such as parent company or joint venture partners

In addition, capability statement must address the following:

1) A list of customers covering the past five years (highlight relevant work, contract numbers, role (prime or subcontractor), contract type, dollar value of each procurement; and point of contact (address and phone numbers). If work was performed as a subcontractor, please indicate percentage of work/subcontractor dollar value.

2) Ability to meet the 50% requirement of work to be performed by the prime contractor as set forth in FAR 52.219-14, Limitations on Subcontracting. Provide examples of three (3) past projects of relevant work experience with emphasis on work performed on a Federal installation. The provided examples are to indicate that the potential offeror is capable of performing the primary and vital functions of the contract in accordance with the Ostensible Subcontractor Rule, 13 C.F.R.121.103(h)(4)(2005).

In order to facilitate teaming arrangements, NASA intends to release the names, addresses, and points of contact of all respondents on the NASA website for this acquisition, unless specifically requested not to do so by the respondent. Again, this is a request for information only.

QUESTIONS DUE: Any questions related to the Request for Information shall be submitted to Geraldine B. Mason no later than 2:00 p.m. Central Time on 12/2/11. Questions may be e-mailed to the contract specialist at geraldine.b.mason@nasa.gov. Please reference NNJ12414367L.

RESPONSES DUE: Interested parties having the capabilities necessary to meet or exceed stated requirements are invited to submit appropriate documentation and references as requested. All responses shall be submitted via e-mail to Geraldine B. Mason. Responses are required by 2:00 p.m. Central Time on 12/2/11. Please reference NNJ12414367L in any response.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this synopsis. The Government will not pay for any information solicited. No evaluation letters and/or results will be issued to the respondents.

Potential offerors are responsible to monitor these sites for the release of any future solicitation or synopsis. The Government intends to review the responses submitted by Industry. This data will not be shared outside the Government. The Government may use this data to refine requirements and develop a request for a proposal. Data that is submitted as part of Industry’s response that is marked “Proprietary” will not be reviewed.

A website for this contemplated acquisition has been developed at the following link. http://procurement.jsc.nasa.gov/mpcv/ Interested parties are responsible for checking this website for further information and updates.

Point of Contact

Name: Geraldine B. Mason Title: Contracting Officer Phone: 281-483-4714 Fax: 281-483-0503 Email: geraldine.b.mason@nasa.gov

SpaceRef staff editor.