NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

RANGE OPERATIONS CONTRACT


Synopsis - Apr 03, 2007
Modification 01 - Posted on Nov 02, 2007
Modification 02 - Posted on Mar 20, 2008
Modification 03 - Posted on Apr 21, 2008
Modification 04 - Posted on Jul 10, 2008
Modification 05 - Posted on Jul 10, 2008
Modification 06 - Posted on Jul 18, 2008
Modification 07 - Posted on Jul 29, 2008
Modification 08 - Posted on Dec 18, 2008
Solicitation - Posted on Jan 05, 2009
Amendment 01 - Posted on Jan 14, 2009 New!
Amendment 02 - Posted on Jan 16, 2009 New!
Amendment 03 - Posted on Jan 16, 2009 New!
Interested Parties from Sources Sought Synopsis - Posted on Oct 19, 2007
Range Operations Statement of Work - Posted on Jan 03, 2008
Procurement Library-Range Operations Services - Posted on Jul 10, 2008
INDUSTRY DAY--WALLOPS RANGE OPERATIONS - Posted on Aug 18, 2008
INDUSTRY DAY---POSTPONED TO SEPT 4, 2008 - Posted on Aug 22, 2008
INDUSTRY DAY INFORMATION - Posted on Sep 05, 2008
Format for Section J.1, Attachment C, Direct Rates - Posted on Sep 10, 2008
Wage Determination - Posted on Sep 10, 2008
Responses to Questions I - Posted on Sep 16, 2008
PIV and Equivalency Rates - Posted on Sep 16, 2008
Equivalency Rates - Posted on Sep 17, 2008
Questions I-Revision A - Posted on Sep 17, 2008
Questions I - Revision B - Posted on Sep 18, 2008
Questions I- Revision C - Posted on Sep 26, 2008
Questions for Range Services-Wallops - Posted on Oct 02, 2008
Collective Bargaining Agreements - Posted on Oct 06, 2008
Wage Determination Virginia - Posted on Oct 06, 2008
Current Collective Bargaining Agreements - Posted on Oct 08, 2008
Questions IV - Posted on Oct 09, 2008
Questions II-Revision B - Posted on Oct 10, 2008
Software Listing - Posted on Oct 22, 2008
Questions V - Posted on Oct 29, 2008
Revised Responses to Questions - Posted on Oct 30, 2008
Question VI - Posted on Nov 21, 2008
Question VI Revision - Posted on Dec 01, 2008
Question VI--Revision/Added Questions/Responses - Posted on Dec 17, 2008
Collective Bargaining Agreement--Meteorologist - Posted on Jan 16, 2009 New!

General Information
Solicitation Number: PJTWAL04-01
Posted Date: Apr 03, 2007
FedBizOpps Posted Date: Apr 03, 2007
Original Response Date: May 02, 2007
Current Response Date: Feb 20, 2009
Classification Code: Z -- Maintenance, repair, and alteration of real property
NAICS Code: 517919 - All Other Telecommunications

Contracting Office Address
 
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, Wallops Island, VA 23337

Description
 
NASA/GSFC is hereby soliciting information about potential sources for The National Aeronautics and Space Administration’s (NASA) Goddard Space Flight Center (GSFC) Wallops Flight Facility (WFF) is hereby soliciting capability statements and information from potential sources for services in support of range instrumentation operations, maintenance, sustaining engineering, logistics, and airspace control service requirements. The requirements for this effort includes: 1. Instrumentation, Systems, Equipment Operations and Maintenance and Systems Engineering 2. Logistics services, including supply and warehousing operations, mobile instrumentation transportation systems maintenance 3. Airspace Control Services and Airspace Control Systems Maintenance and Sustaining Engineering 4. Range Technology Development Engineering Services 5. Project Management Services, including operations project management, project requirements integration and test management, and engineering development and sustainment project management, all in accordance with NASA policies, procedures, and requirements. GSFC is seeking capabilities from all potential sources for the purpose of determining the appropriate level of competition. This requirement’s NAICS code is 517910. This sources sought synopsis is for informational and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for any information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. You are requested to provide electronic responses (30-page maximum including attachments) via e-mail to the primary Point of Contact (POC) for this requirement. Your response is required by May 2, 2007. To facilitate a prompt review by the NASA team, a one-page summary shall be included with your capability statement(s), which identifies your company’s specific capabilities that are relevant to the requirement. Specific range operations and associated engineering examples of the relevant experience, including detailed descriptions, are recommended. Companies are also requested to provide their name, address, primary POC and telephone number, company’s average annual revenues for the past three years, total number of employees, and your Government size standard/type classification (Large, Small, Small Disadvantaged, 8(a), Woman-owned, Service Disabled Veteran, HUBZone, business, or Historically Black Colleges and Universities) on the summary page. The summary page will not count against the maximum page limit. It is insufficient to provide only general brochures or generic information. GSFC/WFF is also interested in potential contractor feedback related to subcontracting opportunities for the various work requirements, given the possibility that the total requirement may be competed on an unrestricted basis. This feedback would be used as research information to support the analysis and development of subcontracting goals. This feedback should also be provided electronically via e-mail to the primary POC by May 2, 2007.

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 potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

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 they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; 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). Technical questions should be directed to: Mr Steve Kremer, 757-824-1114. Procurement related questions should be directed to: Pamela J. Taylor, 757-824-1068.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

This synopsis is for information and planning purposes 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.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Pamela J. Taylor no later than May 2, 2007. Please reference PJTWAL04-01 in any response. Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Pamela J Taylor
Title:Contracting Officer
Phone:757-824-1068
Fax:757-824-1974
Email:Pamela.J.Taylor@nasa.gov

Name:Bernard J Pagliaro
Title:Procurement Manager
Phone:757-824-1277
Fax:757-824-1974
Email: Bernard.J.Pagliaro@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: