Wallops Range Contract (WRC) Sources Sought

expired opportunity(Expired)
From: Federal Government(Federal)
WRC_RFI

Basic Details

started - 13 Dec, 2022 (15 months ago)

Start Date

13 Dec, 2022 (15 months ago)
due - 30 Dec, 2022 (15 months ago)

Due Date

30 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
WRC_RFI

Identifier

WRC_RFI
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Customer / Agency

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8189)NATIONAL AERONAUTICS AND SPACE ADMINISTRATION (8189)NASA GODDARD SPACE FLIGHT CENTER (598)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT SYNOPSIS.The purpose of this second RFI/Sources Sought is to release the Final Draft SOW for the WRC requirement. Please see below document titled “WRC – Draft SOW 12-12-22 – Final”.The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals to support the Wallops Range Contract (WRC). The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.The intent of the Wallops
Range Contract (WRC) is to provide Wallops Range operations and maintenance; support services; training; command, control, communications, information, and computer systems services; testing, modifying, and installing communications and electronic systems at launch facilities, launch control centers and test facilities; range sustaining engineering services, and ground operations support. This is a follow-on to the current Range Operations Contract II (ROC-II) contract. Wallops Flight Facility (WFF) Range supports a variety of mission types ranging from sounding rocket launches, expendable launch vehicle missions, unmanned and manned aircraft operations, equipment upgrade, and remote support missions to launches from other facilities. This effort provides direct customer support to NASA WFF’s Range by providing qualified personnel, equipment, tools, materials, vehicles, specialized test equipment, supervision, and other services. NASA’s WFF requires an innovative, integrated, flexible and effective management approach and the contractor must provide technical support in a planned and coordinated manner which will ensure essential Wallops Range support systems are ready to support user requirements, and cause no impact to Wallops Range program schedules due to equipment degradation, failures, system problems or reprioritization of preexisting program requirements. This would include all maintenance and sustainment activities for all assets that enable the operational capability of the NASA Range services at WFF, Poker Flats, and Bermuda. The wide variety of support systems involves flexible workload planning, cost management, and scheduling of resources to identify and resolve technical systems problems.It is anticipated that performance of a potential contract will be for 5 years commencing on Summer/Fall of 2024. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in beta.SAM.gov. It is the potential offerors responsibility to monitor the site for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the requirement detailed in the attached Draft Statement of Work should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business, average annual revenue for the past 3 years and number of employees; ownership; whether they are large or any category of small business, 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).NASA is seeking capabilities from categories of Small Business (SB) for the purpose of determining the appropriate level of competition and/or SB subcontracting goals for this requirement. 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. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to aaron.m.case@nasa.gov no later than December 30, 2022, 4:00 p.m. Eastern Standard Time. Please reference 4200808331 in any response. Any referenced notes and or applicable documents may be viewed at the following URLs linked below.

Wallops Island ,
 VA  23337  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Wallops Island