Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

M -- NASA SSC/MAF Laboratory Servcies

Notice Date
2/13/2020 3:36:35 PM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA STENNIS SPACE CENTER STENNIS SPACE CENTER MS 39529 USA
 
ZIP Code
39529
 
Solicitation Number
80SSC020R0002
 
Response Due
2/28/2020 3:00:00 PM
 
Archive Date
01/31/2021
 
Point of Contact
Sheldon Murphy, Phone: 2286881879, Charles Heim, Phone: 2286883199
 
E-Mail Address
sheldon.l.murphy@nasa.gov, charles.j.heim@nasa.gov
(sheldon.l.murphy@nasa.gov, charles.j.heim@nasa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The sources sought number related to this posting is 80SSC019R0006. This is NOT a Request for Proposal (RFP).� This DRAFT RFP is being released to notify and receive feedback from interested vendors of the National Aeronautics and Space Administration (NASA) John C. Stennis Space Center (SSC) Office of Procurement�s (OP) intent to issue a RFP for the procurement of Laboratory services at SSC, MS and Michoud Assembly Facility (MAF), LA.� The work to be performed under this requirement includes all necessary managerial and technical expertise to support/operate the physical laboratory at NASA SSC for CORE requirements at both SSC and MAF.� Laboratory services may be provided to any/all of the following customers:� NASA, NASA Contractors, NASA Tenants, Other Government Agencies, and other authorized commercial customers.� The contractor shall provide a broad range of laboratory services in the following areas:� Contract Management, Logistics and Property Management, Safety, Health and Environmental, General Laboratory Services, Metrology Assurance, Measurement Standards and Calibration Services, Gas and Material Analysis Services, Environmental Laboratory Services, Stennis Institutional Geographic Information System (SIGIS) Services, and related operations required to support mission requirements. The draft RFP must be requested via email to ssc-lsc@mail.nasa.gov.� Requests are limited to one per offeror.� The body of the email request shall contain the following: Company Name: Company Address: DUNS: CAGE: POC NAME: Email Address: U.S. Citizen (Yes or No) In addition, the completed Acknowledgement of SBU Information shall be attached to the email request.� The Acknowledgement of SBU Information is attached to this announcement. All draft laboratory services solicitation documentation will be provided through Large File Transfer (LFT) upon approval.� BOTH THE DRAFT AND FINAL SOLICITATION DOCUMENTS REQUIRE SEPARATE REQUESTS. If access is approved, a LFT activation link will be system generated and sent to the identified POC�s email address.� This link is only valid for 168 hours (seven (7) calendar days).� After following the instructions in the email the solicitation documents will be accessible. Any questions pertaining to the LFT System shall be emailed to sheldon.l.murphy@nasa.gov. A LFT User Guide is available once a user�s account is activated.� After logging into the LFT System, the LFT User Guide is located in the Help Link which is located at the top right of the home page within the LFT System.� After clicking on the Help Link, The User Guide is located under the section titled �User Guides� and is titled �NOMAD Large File Transfer Service User Guide.� The following documents have been determined to be Sensitive But Unclassified (SBU) and shall be controlled IAW NID 1600-55, NASA Security Program Procedural Requirements: � Attachment 3 � Government Furnished Property Attachment 21 � Annual Sample Plan Please ensure the Acknowledgement of SBU Information document, attached to this synopsis is completed, signed, and attached to your email request prior to sending.� If the Acknowledgement of SBU Information document is not attached access shall not be granted. Notification of the release of the final RFP solicitation will be provided through Contract Opportunities located at the website, http://beta.sam.gov �at a later date.� The anticipated release date of the final RFP is on or about March 11, 2020, with a proposal due date on or about April 15, 2020.� The firm date for receipt of proposals will be stated in the final RFP. � The Government anticipates that the final RFP will be issued under Acquisition of Commercial Items and Contracting by Negotiation in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 15 and will result in one (1) award. � The Government is contemplating the award of a performance-based, hybrid type contract including a Firm Fixed Price (FFP) element for CORE services and an Indefinite Delivery, Indefinite Quantity (IDIQ) element for DEMAND services.� The total estimated period of performance (POP) for this requirement is November 02, 2020 through November 01, 2025 consisting of a base period with option periods.� � This procurement will be set-aside for certified 8(a) small businesses. � The NAICS Code and Size Standard are 541380 and $15M, respectively. � The Government will conduct a single organized site visit for this requirement.� The site visit will be split between the morning and afternoon.� A walkthrough of the laboratories at SSC will be conducted in the morning.� After lunch, a guided tour will be conducted at MAF.� Site visit attendees will be responsible for their own transportation.� The anticipated site visit date will be approximately 10 calendar days after the release of the final RFP.� Offerors, individuals, or interested parties who plan to attend the site visit must submit their request through the LFT system.� Any site visit requests submitted through any other medium may be insecure and may not be properly protected.� Any questions pertaining to the LFT system shall be sent to Sheldon.l.murphy@nasa.gov.� The request shall state the full name (as listed on the attendees Drivers License) of the attendee(s), each attendees Driver�s License number and state of issuance, identification of nationality (U.S. or specify other nation citizenship), Lawful Permanent Resident Numbers in the case of foreign nationals, affiliation and full office address/phone number.� Identification information for U.S. nationals must be provided at least 48 hours in advance of the site visit.� For foreign nationals, this information shall be provided at least 30 calendar days in advance of the site visit due to the longer badging and clearance processing time.� Any foreign nationals anticipating to attend the site visit should submit the site visit request as soon as possible.� Clearance requests for foreign nationals does not guarantee access to the Government site. The Government is not responsible for offerors� inability to obtain clearance within sufficient time to attend the site visit.� Due to space limitations, representation of any potential Offeror may not exceed three (3) company representatives/persons per Offeror. � Details will be provided in the final solicitation with instructions/directions for meeting locations at both SSC and MAF.� � Site visit attendees will not be allowed to take pictures in the laboratories or any other areas as determined by the Government during the site visit. �� � Questions or comments regarding this synopsis with draft solicitation must be submitted in writing via email, cite the solicitation number, and be directed to ssc-lsc@mail.nasa.gov.� Oral questions will not be answered due to the possibility of misunderstanding or misinterpretation. When submitting questions please frame your questions to include a reference to the appropriate document, attachment number (i.e. Attachment 1, PWS, Para �).� Questions regarding this draft solicitation shall be received by the Government Representative no later than February 28, 2020, at 5:00 p.m. Central Standard Time. The government will use the information to finalize the final RFP as necessary. �Notification for relevant questions, together with the Government�s response, will be transmitted to the GPE (Contract Opportunities located at https://beta.sam.gov/) or otherwise made available.� The government may not respond to all questions/concerns submitted for the draft solicitation. � It is the offeror�s responsibility to monitor Contract Opportunities located at the website, https://beta.sam.gov/ 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).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/240c037323ad4133ba9cdaf77111f407/view)
 
Place of Performance
Address: Stennis Space Center, MS 39529, USA
Zip Code: 39529
Country: USA
 
Record
SN05561833-F 20200215/200213230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.