The RFP Database
New business relationships start here

Engineering and Technical Services for Flight Research and Development II (ETS II) Request For Information (RFI) and Sources Sought


California, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Modification/Amendment 001 is to correct the NAICS code size standard from 1,000 employees to 1,500 employees in accordance with 541712 -- Research and Development in the Physical, Engineering, and Life Sciences (except Aircraft, Aircraft Engine, and Engine Parts). Due to this change, the response date has been extended until January 27, 2017 at 3:00PM PST. 


National Aeronautics and Space Administration Armstrong Research Flight Center (NASA/AFRC) is hereby soliciting information for potential sources to furnish Engineering and Technical Services for Flight Research and Development (ETS) at NASA Armstrong Flight Research Center, Edwards, CA. The new contract is expected to be a follow-on to the existing contract requirements contained in the ETS Contract (NND08RR01B) ending January 31, 2018. This Request for Information (RFI) is being issued to request industry information for consideration to assist in formulating a contract strategy for the ETSII procurement. The potential source will provide support in the following areas:

(1) Aerostructures,
(2) Meteorology,
(3) Flight Test,
(4) Aerodynamics,
(5) Flight Controls,
(6) Flight Dynamics,
(7) Flight Systems,
(8) Flight Instrumentation,
(9) Operations,
(10) Project Management Information Systems,
(11) Propulsion & Performance, and
(12) Aerospace Vehicle Systems Design.


The potential source will also provide research functional support for the operation of Armstrong's Calibration & Environmental Test Lab, Flow Visualization Facility, Instrumentation Lab, Model Design & Fabrication Shop, and Aerostructures Laboratory. Commercialization and Special Projects/Studies will also be supported by this effort. All work is currently being accomplished within Government provided facilities at the NASA Armstrong Flight Research Center located at Edwards, California.


The current ETS contract is an indefinite delivery, indefinite quantity (IDIQ) cost-plus-award-fee and cost-plus-award-term type contract. Typical work under the ETS contract includes but is not limited to the following: aerostructures, meteorology, flight test, aerodynamics, flight controls, flight dynamics, flight systems, flight instrumentation, operations, project management and information systems, propulsion, and aerospace vehicle systems design. The current contract also encompasses research functional support for the operation of Armstrong's Calibration and Environmental Test Lab, Flow Visualization Facility, Instrumentation Lab, Model Design and Fabrication Shop, and Aerostructures Laboratory. Commercialization, Technology Transfer, and Special Projects/Studies are supported by this effort as well. It is anticipated that the scope of core work for ETSII will be similar to the current ETS contract except that Public Affairs, Education, Management System Documentation, ISO 9000 Compliance and some Quality Assurance areas will no longer be part of the future contract.


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 (NAIS). It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis.


Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references highlighting these capabilities. It is not sufficient to provide only general brochures or generic information. Capability Statement(s) shall include a 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) and the specific area of interest in this acquisition as being either a potential prime contractor or subcontractor.


To facilitate a prompt review, a one-page summary shall be included with your capability statement(s), which shall identify your company's specific capabilities that are relevant (and reflect the magnitude) to these requirements. The one page summary will NOT count against the page limited outlined below.


The one page summary shall include: (1) Company's name, address, primary Point of Contact and telephone number, (2) Size of business; (3) Company's average annual revenue for past 3 years and total number of employees; (4) Ownership; (5) Number of years in business; (6) Company's Government size standard/type of classification (large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; (7) Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) Applicable NAICS Code(s); and (9) Company's DUNS number and Cage Code. Technical questions should be directed to: Mr. John Theisen at 661-276-2587. Procurement related questions should be directed to: Ms. Jenni Brown at 661-276-3225 or Curtis Paul at 661-276-3346.


Industry is invited to review the questions listed below and provide feedback on the specific areas requested.


(1)    What changes from the current ETS contracting approach, if any, would you suggest for the follow-on ETSII contract and why? At a minimum please address each of the following items below: Contract Content, Contract Type, and Contract Structure. For your proposed contract structure address how will safety performance and evaluation support be enhanced? Additionally address any performance standards, or methods of work authorization which should be considered by NASA.


(2)    Identify barriers to competition that could be mitigated to foster a more competitive environment for this procurement.


(3)    The current ETS contract does not include fixed-price work, discuss whether a hybrid contract (cost and fixed price) is appropriate and identify your approach for administering and managing a hybrid contract if feasible.


(4)    Contract Incentives: Provide feedback regarding incentive arrangements. For instance, how should "risks versus rewards" be shared by the Government and contractor? What types of incentives would you consider to be most effective to encourage the contractor to perform high quality work at a reasonable price? Discuss your views specific to ETSII regarding incentive fees, award fee, or other appropriate incentives for contractor performance in terms of: 1. Fixed-price requirements; 2. Cost type requirements.


(5)    Identify any portion(s) of this procurement for which fixed-price contracting could be utilized and provide rationale and feasibility. Identify any portion(s) of this procurement for which fixed price contracting could not be utilized and provide rationale.


(6)    Metrics and Measures of Success: Provide feedback on metrics or measures of success NASA might consider to monitor the contractor's performance on the potential fixed-price or incentive fee portions, as well as the portions that are not fixed-price.


(7)    Discuss ways in which NASA could design/structure this procurement to maximize synergy between the labor skills needed for employees across the contract, and how to best cross-utilize the workforce. Discuss all alternatives you would like NASA to consider.


(8)    NASA is considering ways to increase the use of these unique or not otherwise commercially available facilities/capabilities by non-Government customers, on a mission non-interference basis, as a potential means of reducing long-term costs. Under the current ETS contract, NASA allows the contractor non-exclusive use of AFRC facilities operated by the contractor under the ETS contract to perform work for non-Government customers on a reimbursable basis. Please discuss thoughts on how to structure this contract or implement incentives to encourage the contractor's efforts to find additional non-Government customers for unique AFRC facilities on a mission non-interference basis.


(9)    What recommendations do you have for cost estimating tools on large Government contracts?


(10)    What kind of efficiencies/innovations has your company successfully implemented on other similar facilities and/or contracts? Were there contract barriers that needed to be overcome for successful implementation?


(11)    Describe the benefits of a contract period of performance greater than 5 years. What advantages and disadvantages does a greater than 5 year contract provide?


(12)    Describe the effect a 1-year award fee period would have on your ability to perform on this contract.


This synopsis is for information and planning purposes, therefore, in accordance with FAR 15.201(e) this RFI shall 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 this market research. The information received will not be released in its submitted form, to the extent permitted by law, but may be used in developing the best approach for any follow-on contract strategy and therefore may be recognizable. The contractor is responsible for marking any proprietary information included with its submission. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.


Any communications in reference to this RFI shall cite the RFI number NND17ZAA0001L in the subject line and be directed to both points of contact identified below.


The Government is considering this effort to be a 100% small business set-aside. Interested companies must qualify under NAICS Code 541712 - 1,500 employee size standard. Companies are requested to provide electronic responses (limited to 25 pages using no less than 12 point Times New Roman font) via e-mail to both points of contact listed. All responses are requested by 3:00 p.m. PST on January 27, 2017.


Jennifer L. Brown, Contracting Officer, Phone 661-276-3225, Email jennifer.l.brown@nasa.gov - Curtis M. Paul, Contracting Officer, Phone 661-276-3346, Email curtis.m.paul@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP