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

AIRCRAFT AND AIRFIELD RELATED SERVICES


Synopsis - Aug 01, 2008
Modification 01 - Posted on Nov 14, 2008
Draft Document - Posted on Oct 28, 2008

General Information
Solicitation Number: N/A
Reference Number: Aicraft_and_Airfield-VXL
Posted Date: Aug 01, 2008
FedBizOpps Posted Date: Aug 01, 2008
Original Response Date: Aug 18, 2008
Current Response Date: N/A
Classification Code: M -- Operation of Government-owned facilities
NAICS Code: 488190 - Other Support Activities for Air Transportation

Contracting Office Address
 
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

Description
 
NASA/ARC is herby soliciting information about potential sources for providing aircraft operations and maintenance, modification of aircraft-related research systems, and operation of Moffett Field at Ames Research Center. These services will support research, technical investigations, scientific studies, airworthiness activities, flight operations and safe and efficient operation of the Federal Airfield. The services required involve the following technical areas: mechanical systems, electrical/electronics systems, instrumentation, software and data systems.

This procurement is a follow-on requirement for Aircraft and Airfield Related Services. The services are currently provided by L-3 Communications Vertex Aerospace, LLC on the cost-plus-award-fee Contract NNA05BE29C. The current end date of the contract is May 31, 2009 and total contract value is $11.8M. Use the links at http://www.hq.nasa.gov/office/pao/FOIA/agency/ to request information through the FOIA Office. NASA ARC is soliciting information about potential sources for the above services.

Part I. PURPOSE OF THIS SYNOPSIS

1) To request information on capabilities of potential offerors to provide the services in order to determine if this will be a small business set-aside or a full and open competition. Information received as a result of this notice will be considered by the Government and used for acquisition planning purposes only. An interested parties list will be posted.

2) To request information from interested parties regarding their preferred contracting approach including contract type.

Part II. SUMMARY OF PROPOSED WORK BACKGROUND

These services will support research, technical investigations, scientific studies, airworthiness activities, flight operations and safe and efficient operation of the Federal Airfield. The U.S. Army Aeroflightdynamics Directorate (AFDD) performs flight research on experimental aircraft and the flight test evaluation of experimental subsystems and components. Research and flight testing is performed mainly at the Moffett Federal Airfield, but may also occur at other test facilities and or airfields. AFDD maintains airworthiness oversight of all aircraft assigned to the organization and the flight safety and operational oversight of all flight research conducted by the U.S. Army and other authorized organizations / agencies aboard AFDD assigned aircraft.

NASA Ames Research Center operates and maintains the Moffett Federal Airfield. The Airfield Management Office, and Base Operations within it, has the oversight of the day to day operations. The Contractor shall provide flight planning assistance for aircrews, limited transient aircraft support for arrivals and departures, flight schedules, and developing and distributing local and distant notice to airmen (NOTAMs). Maintaining runways, flight records of onsite NASA and U.S. Army personnel, and ground support equipment (GSE) are also vital aspects of the operations success.

Part III. RESPONSES REGRADING POTENTIAL SOURCES STATEMENT OF CAPABILITIES

Interested Offerors having the required specialized capabilities/qualifications to support some or all the work are asked to submit a capability/qualification statement of 10 PAGES or less. There is no required font size and/or type designated for this “Capability/Qualification Statement.” Figures, exhibits, and diagrams must be readable. Submit your responses electronically in PDF format. The Government requests separate files for “Statement of Capabilities” and “Contracting Approach” responses. There is no limit on the page length to your responses to Part IV. RESPONSES REGARDING THE CONTRACTING APPROACH.

The response to this Part III must include the following:

1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable.) 2) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a) set-aside small business, HUBZone small business, Woman-owned small business, Veteran-owned small business, HBCU/MI, Service-Disabled Veteran-owned small business for NAICS code 488190 size standard $6.5M. 3) Your company’s capability in each of the technical areas. For each technical area, indicate what percentage of the technical area you would perform. If you plan to subcontract a portion of the effort please explain which portion, if any, you plan to subcontract. 4) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number.

The Government reserves the right to consider a small business set-aside based on responses.

Part IV. RESPONSES REGARDING THE CONTRACTING APPROACH The Government is soliciting contracting approaches to the NASA Aircraft and Airfield procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: a) Socio-economic considerations: ARC is interested in your comments on establishing subcontracting goals for Small Business, Service-Disabled Veteran-owned small business, Small-Disadvantaged Business, Women-owned small business, Veteran-owned small business, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), and HUBZone small business. b)Use of Incentives: In an attempt to determine the appropriate contract type (contract types for consideration, alone or in a hybrid combination, include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF), for this particular procurement, the Government is soliciting input from interested parties and asks that responses include information regarding why a particular contract type or combination of contract types might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose; as well as answers to the following questions:

1) Performance incentives: Please provide your view regarding types of fee, options, and/or other appropriate incentives for contractor performance

2) In a mixed-team (Government / Contractor) environment, how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost? 3) What type of evaluation criteria would you recommend for this type of procurement? c) Technical Information: What type of technical information along with the Statement of Work would you like to see with a potential solicitation (e.g., sample tasks)? d) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? There is no limit on the page length to your response to PART IV. RESPONSES REGARDING THE CONTRACTING APPROACH.

Part V. YOUR RESPONSES TO THE SYNOPSIS

All responses to: 1) the Statement of Capabilities and shall be received no later than Monday, August 18, 2008 at 3:00 PM Local PST. Please respond via electronic mail (email) to the Contracting Officer, Veronica Llamas, at the following address: Veronica.Llamas-1@nasa.gov. Written questions should also be directed to the Contracting Officer, Veronica Llamas, at the following address: Veronica.Llamas-1@nasa.gov. If any interested party requests confirmation of receipt, the Contracting Officer will confirm receipt.

In all responses, please reference Aircraft and Airfield-VXL. Verbal questions will not be accepted. This synopsis is synopsis is for information and planning purposes only and is not 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.

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.


Point of Contact
Name:Veronica Llamas
Title:Contracting Officer
Phone:650-604-5626
Fax:650-604-0932
Email:veronica.llamas-1@nasa.gov

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