Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

R -- Laboratory Support Services and Operations II (LASSO II)

Notice Date
10/13/2021 8:09:27 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA KENNEDY SPACE CENTER KENNEDY SPACE CENTER FL 32899 USA
 
ZIP Code
32899
 
Solicitation Number
80KSC021LASSOII
 
Response Due
11/8/2021 1:30:00 PM
 
Archive Date
10/01/2022
 
Point of Contact
Michael J. Wheeler, Phone: 321-867-1341
 
E-Mail Address
michael.j.wheeler@nasa.gov
(michael.j.wheeler@nasa.gov)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the NASA/Kennedy Space Center (KSC) to post a draft RFP (DRFP) 80KSC021R0038-DRAFT for�potential offerors to review and comment on the NASA/KSC Laboratory Support Services and Operations (LASSO) II. The purpose of the LASSO II requirement is to obtain contractor support to operate and maintain a diverse set of laboratories, developmental shops and test facilities to provide laboratory services for KSC in support of multiple customers and projects. As a multi-user Spaceport for launches of manned and un-manned space flights, the contractor will support KSC Center Engineering, Safety, and Operations (CESO) and NASA Programs including, but not limited to; Exploration Ground Systems (EGS), International Space Station (ISS), Launch Services Program (LSP), the Space Technology Mission Directorate (STMD) and Science Mission Directorate (SMD), and United States Space Force Space Launch Delta 45 at Cape Canaveral Space Force Station (CCSFS). This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA KSC to pay any proposal preparation costs, nor does it obligate NASA KSC to procure or contract for this requirement. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. All comments on this DRFP shall be submitted electronically via email to Michael Wheeler, Contracting Officer, at KSC-LASSOII-Team@mail.nasa.gov, no later than November 8, 2021 at 4:30 p.m. Eastern time using the attached Industry Comment and Question forms. ��NASA Clause 1852.215-84, Ombudsman, is applicable.� The Ombudsman for this acquisition is Kelvin Manning who can be reached by email at Kelvin.M.Manning@nasa.gov or by telephone at (321) 867-7246. No final RFP exists; therefore, do not request a copy of the final RFP. Any subsequent final RFP will be synopsized prior to its release and published on https://www.SAM.gov. It is the responsibility of prospective offerors to monitor this site for the release of any final RFP and any amendments. Prospective Offerors will be responsible for downloading their own copy of the final RFP and any amendments.? For planning purposes, the Government anticipates: Issuance of Solicitation: On or about December 3, 2021 Proposals Due: On or about January 18, 2022 Award of Contract: On or about July 18, 2022 Start of Performance: On or about October 1, 2022 The Government anticipates holding an industry day in November 2021.� Further information about this event will be disseminated by posting on https://www.SAM.gov. In addition, the following document has been posted, for industry review: Questions and Responses from the Draft Performance Work Statement (DPWS). The LASSO II acquisition website is at https://procurement.ksc.nasa.gov/lassoii. This website provides potential offerors access to a library of technical documents applicable to this acquisition. (End of Notification) Updated information 6/30/2021 2:11PM On March 18, 2021, NASA/KSC issued sources sought notice 80KSC021LASSOII, which solicited information from potential sources capable of providing laboratory support services under a contemplated Laboratory Support Services and Operations II (LASSO II) contract.� The notice also advised that the Government contemplated future opportunities for NASA/KSC and industry dialogue regarding the LASSO II effort (i.e., one-on-one meetings).� The purpose of this update is to advise that the Government will provide potential offerors an opportunity to meet with the LASSO II Requirements Development Team (RDT), July 12-16, 2021. �The purpose of these one-on-one meetings is to provide an opportunity for potential offerors to elaborate on comments to the LASSO II Draft Performance Work Statement (PWS). �Potential offerors are encouraged to identify unnecessary or inefficient requirements, which could enhance the Government�s ability to obtain quality services.� Potential offerors may ask questions during the one-on-one meetings; however, all questions received and information provided by the Government will be made available to all interested parties via https://sam.gov/. �The Government invites potential offerors to contact the contracting officer at KSC-LASSOII-Team@mail.nasa.gov not later than July 12, 2021, and schedule a one-on-one meeting. �Meetings will take place from 9:00 a.m. to 3:30 p.m. EDT, July 12-16, 2021, via conference call. �Meetings will not exceed 30 minutes in length. You are requested to provide the names of each individual who will attend, their company affiliation, and position or title when requesting a one-on-one meeting.� All other interested parties may also contact the contracting officer at the aforementioned address to schedule time to meet with the LASSO II RDT to provide comments or feedback regarding PWS or capabilities. _______________________________________________________________________________________________________ SECTON 1:� INTRODUCTION: The National Aeronautics and Space Administration (NASA), John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources capable of providing laboratory support services as described herein, for KSC under the contemplated Laboratory Support Services and Operations II (LASSO II).�� NASA KSC is seeking capability statements from all interested parties, including all socioeconomic categories of small businesses and historically black colleges and universities (HBCU)/minority institutions (MI), for the purpose of determining the appropriate level of competition or small business subcontracting goals for LASSO II.� The Government reserves the right to consider a small, 8(a), women-owned, veteran-owned, service disabled veteran-owned, economically disadvantaged women-owned or HUBZone small business set-aside based on responses received.� The North American Industry Classification System (NAICS) code for this effort is 541380, Testing Laboratories, and the corresponding small business size standard is $16.5 million (calculated in accordance with 13 CFR 121.104). NASA is also seeking potential prime contractor feedback related to possible subcontracting goals in the event this requirement is solicited on an unrestricted basis. SECTION 2: SERVICES AND SCOPE: The services provided by the LASSO II will focus on laboratory maintenance and support services, operational support services, and professional and technical support services. NASA operates and maintains a diverse set of laboratories, development shops and test facilities at KSC, which provide support services to NASA's programs and a growing base of spaceport customers at KSC. The Government is considering issuing a solicitation to obtain laboratory maintenance and support services, operational support services, and professional and technical support services within KSC's laboratories as described below: Laboratory Maintenance and Support Services The following work area, maintenance and support services, will be provided on the LASSO II contract: � Laboratory Safety and Health: provide support for occupational safety, operational safety, industrial hygiene and health physics to include support to safety review boards, safety and health assessments of operations and tasks, development of laboratory safety plans, hazardous materials and chemicals inventory management, and emergency eyewash and shower equipment inspections.� Additionally, provide support for labelling and tracking ionizing and non-ionizing hardware. � Hazardous and Controlled Waste Management: provide management of hazardous and controlled waste, which includes characterizing all waste streams and interfacing with the KSC environmental program for proper waste collection for disposal. � Equipment Maintenance: perform preventative or corrective equipment maintenance when no Original Equipment Manufacturer (OEM) contract or service maintenance agreement is in place. � Pressure Vessels and Pressurized Systems (PVS): perform PVS identification, certification, maintenance, and recertification on laboratory equipment and associated operations in accordance with NASA PVS requirements.� Maintain operating records, update configuration drawings and schematics, and evaluate certification status when changes occur. � Provide and maintain consumables and laboratory support hardware, tools, and Personal Protective Equipment (PPE). � Establish and maintain Electrostatic Discharge (ESD) workstations in accordance with American National Standards Institute (ANSI) S20.20 ESD Standards. Operational Support Services Provide operational support services to KSC Institution, Programs and Spaceport customers in support of space flight, ground processing operations, research and development, and commercial activities. � Sampling and Analysis: provide sampling and chemical analysis of gases, cryogenic commodities, fuels, solvents and other fluid systems.�� � Component Cleaning and Refurbishment: provide component cleaning and refurbishment services of aerospace components in accordance with applicable standards and requirements such as ISO 14952-3, Space systems - Surface cleanliness of Fluid Systems - Part 3: Analytical procedures for the determination of non-volatile residues and particulate contamination; and KSC-C-123J, Specification for Surface Cleanliness of Ground Support Equipment Fluid Systems. Samples consist of stainless-steel tubing, flex tubing, gauges cylinders, glassware, filters, soft goods, quick disconnect valves, relief valves, solenoid valves, flow through and functional flight components, and other items. Refurbishment involves returning components to manufacturers' specifications. � Calibration: provide metrology and calibration services on a wide range of equipment comprising ground support and measurement test equipment (e.g., pressure gages, load cells, torque wrenches, flowmeters, multimeters, oscilloscopes, dimensional tooling, etc.). Calibrations will be in compliance with ANSI National Conference of Standards Laboratories (NCSL) Z540.3-2006(rev 2013), Requirements for the Calibration of Measuring and Test Equipment; and International Standards (ISO) 17025: 17, General Requirement for the Competence of Testing and Calibration Laboratories.� Utilize a calibration management system to track assets, allow interval analysis, and facilitate asset recall. � Non-Destructive Evaluation: provide certified inspections and testing for evaluating the quality and integrity of components/parts, systems, and structures related to facilities, Ground Support Equipment (GSE), payloads and flight vehicles. Inspections and testing include surface and near-surface inspections, welding inspection, magnetic particle inspections, liquid dye penetrant inspection, eddy current testing, infrared testing, volumetric inspections, radiography, and ultrasonic inspections. � Electromagnetic Laboratory: provide electromagnetic interference testing, evaluation and troubleshooting; radio frequency spectrum detection and analysis; and electromagnetic interference triangulation. Professional and Technical Support Services� Provide laboratory support services or scientific research, analysis, test and engineering in support of space flight and ground operations.� Support services are utilized for development and validation of enabling technologies for future exploration and science missions. The following skills are representative of the work to be performed: � Cryogenics and Pneumatics � Physical Sciences: Biology, Chemistry & Physics � Life Support & Habitation Systems � Materials & Process Engineering � Machining and Prototyping � Mechanical Testing � Chemical Engineering � Environmental Testing � Software Engineering � Electrical Assembly and Testing � Corrosion � Contamination Control � Granular Mechanics and Geotechnical Testing � Electrostatics � Resource Excavation, Transport, Processing, Construction and Utilization on Extraterrestrial Bodies � Autonomous Systems and Robotics SECTION 3:� CAPABILITY SUBMISSION INFORMATION: Interested parties having the required capabilities necessary to meet the requirements described herein should submit a capability statement of no more than 10 pages, no greater than 3MB, indicating the ability to perform all aspects of the effort. The capability statements must address the following: Expertise: � Company expertise and capabilities � Critical skill reach back capability Approach � Methods and ability to maintain and/or support a minimum capacity of critical skills � Methods and ability to surge for planned and unplanned fluctuating requirements � Methods to accommodate KSC's spaceport customer needs, including tenants and other�commercial entities Experience: � Include, at a minimum, three contracts in effect during the past five years. For each contract, provide the following: contract number; customer name; period of performance; a brief description of relevant work performed; company role (i.e., prime or sub); number of employees; contract or subcontract value. A page is defined as one side of a sheet, 8 1/2"" x 11"", with at least one-inch margins on all sides, using not smaller than 12-point type.� Foldouts count as an equivalent number of 8 1/2"" x 11"" pages.� Responses must be submitted electronically in portable document format (PDF), with searchable text.� The capability statement must include: (1) ����� Company�s name, address, and a point of contact, (name, e-mail address, and address) (2)������� Data Universal Numbering System (DUNS) number and cage code (3) ����� Number of years in business (4) ����� Annual receipts in accordance with 13 CFR 121.104(c) and the period of measurement used (5) ����� Company�s size and socioeconomic status under NAICS 541380, Testing Laboratories (6) ����� Ownership, affiliate information (as applicable) including: parent company and joint venture partners (7)������� Interest as a prime or subcontractor (8)������� Interest in being included on an interested parties list. (9)������� Company�s specific capabilities that are relevant to these requirements It is not sufficient to provide only general brochures or generic information and capability statements shall include company specific capabilities that are relevant to the requirements listed above. All responses shall be submitted electronically via email to Michael Wheeler at Michael.Wheeler@nasa.gov no later than April 7, 2021, 8 A.M. ET.� Please reference 80KSC021LASSOII and LASSO II in any response. NASA intends to update this notice on beta.SAM.gov to announce future opportunities for NASA and industry dialogue regarding the LASSO II effort (e.g. one-on-one meetings). SECTION 4:� DISCLAIMER No solicitation exists; therefore, do not request a copy of the solicitation.� If a solicitation is released it will be synopsized in https://beta.sam.gov/.� Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation.� Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.� Responses should not include proprietary or confidential information; however, if proprietary data is included in a reply, it is to be marked as such. NASA Federal Acquisition Regulation Supplement clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at:� https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4400f5183fbe42bf81d565db92d9bd82/view)
 
Place of Performance
Address: FL 32899, USA
Zip Code: 32899
Country: USA
 
Record
SN06157089-F 20211015/211013230114 (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.