Virginia Bids > Bid Detail

Reliance Consolidated Models VI (RECOM VI) Combined Request for Information/Sources Sought

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159416426895863
Posted Date: Dec 2, 2022
Due Date: Dec 16, 2022
Solicitation No: RECOM_VI_RFI-SS
Source: https://sam.gov/opp/27e4dcc7ff...
Follow
Reliance Consolidated Models VI (RECOM VI) Combined Request for Information/Sources Sought
Active
Contract Opportunity
Notice ID
RECOM_VI_RFI-SS
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA LANGLEY RESEARCH CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 02, 2022 03:33 pm EST
  • Original Response Date: Dec 16, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AR11 - Space R&D Services; Space flight, research and supporting activities; Basic Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Hampton , VA 23681
    USA
Description

The National Aeronautics and Space Administration/Langley Research Center (NASA/LaRC) is issuing this combined Request for Information (RFI)/Sources Sought (SS) to solicit input from industry interested in the Reliance Consolidated Models (RECOM VI) follow-on procurement. This notice, including the current RECOM V Performance Work Statement (PWS), is issued for information and planning purposes only, intended to provide industry the opportunity to verify and provide input regarding the reasonableness and feasibility of the current contract structure and PWS requirements. In addition, input from interested firms (primes and subcontractors) will allow NASA/LaRC to assess the capabilities of industry to meet the RECOM VI requirements, to foster partnering among interested firms, and to promote competition.



As part of NASA/LaRC’s efforts, this RFI/SS notice is issued to identify interested sources (primes and subcontractors) and to seek capability statements from all interested firms to identify sources capable of satisfying NASA/LaRC’s requirements. This includes all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity and Support for Underserved Communities Through the Federal Government. This information will be considered for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this procurement. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.



The current RECOM contract structure is a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year period of performance ending on October 31, 2023. This contract allows for both Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) delivery orders to be issued. RECOM supports NASA/LaRC, other NASA Centers, and Agency missions (Aeronautics, Space, and Science) providing design and/or fabrication of aerospace model systems and developmental test hardware used for spaceflight, flight, spaceflight development, and ground-based tests. These precision experimental research models and hardware may consist of both mechanical and electrical/electronic hardware elements. These models may incorporate the use of new technologies such as smart materials, or new processes such as stereolithography and rapid prototyping using various materials from plastics, polymers, and metals. The mechanical hardware elements include, but are not limited to, wind tunnel models (including, but not limited to, force/pressure, propulsion simulation, dynamically scaled, and free flight), rotorcraft models, drop models, model components, model support systems, test equipment, turbomachinery models (including, but not limited to, air turbine models, water flow pump models) aircraft flight test hardware, large welded/formed structural components used in the development and validation of space flight systems, force measurement equipment (including multi-component wind tunnel balances), and structural test articles and instrumentation/devices to measure force, moment, acceleration, attitude, pressure strain and temperature. The electrical/electronic hardware elements include, but are not limited to, motors, actuators, sensors, control panels, printed circuit boards, data acquisition and control systems, circuit protection, connectors, fiber-optic cables and wiring, as required, to support the test hardware. The research models and hardware may be used in various facilities such as NASA wind tunnels, air/water flow turbine/pump facilities, aircraft, spacecraft, and other existing and future laboratory environments. Also posted with this notice is the current RECOM V PWS provided for informational purposes only and a reflection of the services anticipated for this follow-on procurement.



The estimated award date for this contract is on or before September 15, 2023 with contract start date on November 1, 2023.



INSTRUCTIONS FOR CAPABILITY STATEMENTS: Interested firms having the required capabilities necessary to meet the RECOM VI requirements described herein are provided the opportunity to submit a capability statement and provide additional input requested in this RFI/SS of no more than 10 pages. Specifically indicate your interest in performing as a prime and/or subcontractor and provide specific details that would demonstrate your firm’s ability to perform all aspects of this effort (see current RECOM V PWS provided for informational purposes only).



Section 1: Provide the following information regarding your firm: (a) CAGE Code, name and address of firm, point of contact (including phone number and email), size of business, average annual revenue for past 3 years, and average number of employees for last 3 years; (b) type of business and number of years in business: indicate large, small, small disadvantaged, 8(a), women-owned, veteran-owned, service-disabled-veteran owned, HUBZone small businesses, and Historically Black Colleges and Universities/Minority Institutions; (c) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor); and (d) indicate if your interest is as a potential prime contractor or subcontractor.



Specifically, indicate if your firm DOES NOT wish to be placed on an Interested Sources List. If a firm does not object to being on the RECOM VI Interested Sources List, NASA/LaRC will post the firm’s name and POC information on SAM.gov to foster partnering and subcontracting. There is no requirement to be on the interested sources list to participate in the future. Interested firms may also add their information using the SAM.gov “Interested Vendors” function for this acquisition/procurement.



Section 2: Detail your firm’s (a) ability to perform any or all aspects of the effort; (b) list of customers covering worked performed within the past five (5) years (if applicable, please list at least 3 customers) highlighting relevant work performed, technical description, contract number, contract type, dollar value of each procurement, NAICS code, and procurement and technical points of contact (email address and phone number). If a small business concern is interested to participate at the prime contractor level, provide specific details reflecting your capabilities to perform the broad requirements and note the requirement to comply in accordance with FAR 52.219-14, Limitations on Subcontracting regarding similarly situated firms.



In addition, please provide input for the following:




  1. Ways to foster innovation in the performance of the RECOM VI contract, including revisions to the current RECOM V PWS to allow for contractor support of innovations that will be beneficial to the RECOM program.

  2. Input regarding (a) the current contract structure, particularly the contract type (multiple-award IDIQ contract with FFP and CPFF delivery orders); (b) suggestions regarding contract type for the RECOM VI services; and (c) input regarding the performance period (current RECOM contract is 5 years), particularly related to the pros/cons to extend the period of performance beyond 5 years (e.g., 7 years, 10 years).

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



Section 3: Separate from the capability statement and associated page limit identified above, NASA/LaRC is also seeking input from industry for strategies to advance Diversity, Equity, Inclusion, and Accessibility (DEIA). Interested firms are highly encouraged to gain a full understanding of the EO and NASA’s strategic plans to meet the EO. The following is provided for reference only https://www.nasa.gov/press-release/nasa-launches-mission-equity-seeks-public-input-to-broaden-access. NASA seeks input in the following areas, but not limited to:




  1. Opportunities to engage essential segments of industry, particularly small business, that may not be aware of or have participated in the RECOM procurement in the past.

  2. Potential barriers to diversity, equity, and inclusion in the acquisition and performance of the RECOM contract to foster and advance reaching underserved or underrepresented communities and a more diverse and inclusive contractor/subcontractor workforce, and challenges and opportunities NASA/LaRC should consider to maximize opportunities for small business concerns.

  3. Contracting strategies that NASA/LaRC should consider making it more conducive for small businesses to participate in this procurement, including approaches to streamline the pre-award competitive process (e.g., industry conferences, proposal instructions) and post-award activities/requirements (e.g., reporting).



This synopsis 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. With the exception of the Interested Sources List that the Government does intend to post on SAM.gov unless a firm indicates otherwise, NASA/LaRC will not affirmatively release any information received in response to this RFI/SS to the public but may use information received in developing the best approach for a contract strategy, and therefore such information may be recognizable to the interested party who submitted it. Any information submitted in response to this RFI/SS that is marked as “Confidential Commercial or Financial Information” will be considered as voluntarily submitted in accordance with the Freedom of Information Act.



No solicitation exists; therefore, do not request a copy of a solicitation. If additional information is released it will be available on SAM.gov. Interested firms are responsible for monitoring this website for the release of information, synopsis, and/or solicitation. Potential offerors will be responsible for downloading their own copy of all information. Interested firms are encouraged to select “Follow” in SAM.gov for the posting of this acquisition/procurement to receive updates and changes.



All responses should be directed to the point of contact identified below. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by NASA to form a binding contract. NASA is under no obligation to issue a solicitation or to award any contract on the basis of this RFI/SS. NASA will not pay for any information solicited under this RFI/SS. Although NASA/LaRC will consider all information provided by potential sources, respondents will not be notified of the results of the review.



Responses shall be submitted electronically via email to Sheryl C. Kopczynski at larc-recom6@mail.nasa.gov no later than 3:00 pm EST December 16, 2022.



Please reference “RECOM VI RFI-SS” in any response.


Attachments/Links
Contact Information
Contracting Office Address
  • HAMPTON VA 23681-2199
  • HAMPTON , VA 23681
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 02, 2022 03:33 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >