Status Report

NASA Wallops Flight Facility Range Operations Contract II Sources Sought

By SpaceRef Editor
August 5, 2013
Filed under , ,

Synopsis/Solicitation Combo – Aug 02, 2013

General Information

    Solicitation Number: NND13480656Q
    Posted Date: Aug 02, 2013
    FedBizOpps Posted Date: Aug 02, 2013
    Recovery and Reinvestment Act Action: No
    Original Response Date: Aug 09, 2013
  Current Response Date: Aug 09, 2013
    Classification Code: H — Quality control, testing and inspection services
    NAICS Code: 488190
    Set-Aside Code: Total Small Business

Contracting Office Address

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

Description

NASA/DFRC has a requirement for Engines removal, assessment for airworthiness and packing for shipment of Pratt and Whitney turbofan engines JT9D-7J. The engines currently installed on two retired Boeing 747SCA. Quantity: 8EA. These 747SCA are located in two different locations: One aircraft is located at the Dryden Aircraft Operations Facility (DAOF) in Palmdale, CA and the other aircraft is located at the Johnson Space Center, Ellington Field Houston, TX. All assessments must be conducted at these locations. The Government’s delivery schedule for the engines is very critical. For the aircraft located at Johnson Space Center (JSC) Ellington Field engine assessment and removal required to be completed by August 31, 2013. For the aircraft located at DAOF Palmdale, CA and all other tasks expected to be completed by October 1, 2013. This requirement is for, or includes, services. Contracting for this services, vice performance by federal employees, is consistent with OMB CIRCULAR A-76 AND PIC 07-02 located at http://www.hq.nasa.gov/office/procurement/regs/pic07-02.html This procurement is subject to HIGHER-LEVEL QUALITY requirements as specify in FAR 46.202-4 and shall be performed by a FAA 145 Repair Station qualify to work with and experience with Pratt and Whitney turbofan engines JT9D-7J. The Contractor shall provide all resources necessary to deliver and/or perform in accordance with the description/Specifications/Statement of Work incorporated (SOW).

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest prices technically acceptable and other factors considered. Technical acceptability is defined as follow (i) Technical experience working with Pratt and Whitney turbofan engines JT9D-7J to meet the Government requirement; Technical capability including modification schedule match to include proposed induction and completion schedules, access to a secure O&M facility, and the overall experience level of the proposed management and maintenance crew (all A&P mechanics, avionics technicians, and quality inspectors should have current or previous JT9D-7J experience). Note: In-order to be considered minimally technically acceptable and qualified to provide a proposal, an offeror shall possess a current FAA Repair Station certification to 14 C.F.R. Part 145. They must also have an adequate Safety and Health Plan and it is strongly desired by the Government that the Contractor possess a current Quality Assurance AS9100 third-party certification OR demonstrate AS9100 compliance. As part of the overall quality system review the Government will evaluate the Contractors Metrology (e.g. calibration system) and Tool Control programs. ii) Lowest evaluated firmed fixed price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. (iii) All quotes shall be in compliance with the minimum specifications and deliverables described on the following attachment: Attachment “A”: Entitled: Statement of work (SOW) Attachment “B”: Entitled: Quality Requirement Attachment “C”: Entitled: SOFIA SCA Engine Data Appendix

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted via e-mail no later than August 8, 2013. It is the quoter’s responsibility to monitor this site for the release of amendments (if any). Potential quoter’s will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). 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

Point of Contact

    Name: Nydia E Wilkinson
  Title: Contracts Specialist
    Phone: 661-276-7723
    Fax: 661-276-2904
    Email: nydia.e.wilkinson-1@nasa.gov

    Name: Rosalia Toberman
    Title: Contracting Officer
    Phone: 661-276-3931
    Fax: 661-276-2904v
    Email: rosalia.toberman-1@nasa.gov

SpaceRef staff editor.