The RFP Database
New business relationships start here

JSC/WSTF Test Evaluation and Support 3 (TEST3)


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

This Sources Sought notice is issued by NASA's Lyndon B. Johnson Space Center (JSC) White Sands Test Facility (WSTF) as a means of conducting market research.




This notice is for information and planning purposes, to promote competition and to identify parties having an interest in and the resources to support this requirement. It does not constitute a Request for Proposal or Request for Quotation, and is not to be construed as a commitment by the Government to enter into a contract. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized at a later time. It is the potential offeror's responsibility to monitor Government sites for the release of any solicitation or synopsis. Information regarding this opportunity can be found on the TEST3 website at https://procurement.jsc.nasa.gov/test3/.




NASA is seeking capabilities from all interested parties including all categories of Large Business, Small Business, and Historically Black Colleges and Universities/Minority Serving Institutions (HBCU/MSI) for the purpose of determining the appropriate level of competition and/or Small Business and HBCU/MSI subcontracting goals for this requirement.




It is anticipated that NASA will issue a solicitation for test and evaluation support mainly under cost reimbursable with some fixed priced contract features. The Test Evaluation and Support 3 (TEST3) contract will be a follow-on effort to the current TEST2 contract to support the WSTF in Las Cruces, New Mexico. The planned effort is anticipated to be similar in scope to the current TEST2 contract to fulfill requirements for providing propulsion testing; propellants, aerospace fluids, materials, and components testing; hypervelocity impact testing; flight hardware processing; technical services; training; facility maintenance; and construction management. A description of the Performance Work (PWS) elements is provided under this notice as an attachment.




The anticipated North American Industry Classification System (NAICS) code for this procurement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) Services, and the small business size standard is 1000 employees (1,250 employees for Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts). The maximum award value is anticipated not to exceed $400 Million over a 5-year period of performance. The value is estimated based off a $60 to $70 Million range per year.




All interested parties are requested to submit their capabilities and qualifications to perform the effort. Your submission of any information in response to this notice is voluntary and the government assumes no financial responsibility for costs incurred. Responses shall include the following:




1.     Company information

a. Name and address of company and point of contact information.

b. Size of business.

c. Average annual revenue for past three years.

d. Number of employees.

e. If a small business, indicate whether the company is a Small Business (SB), Small Disadvantaged Business (SDB), Historically Underutilized Business (HUB Zone), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Serviced-Disabled Veteran-Owned Small Business (SDVOSB), HBCU/MSI and/or 8a.

f. Number of years in business. 

g. Affiliate information: parent company, joint venture partners and potential teaming partners.




2.      Capabilities

a.     Indicate if you plan to propose as a prime or as a subcontractor

b.     Discuss your company’s ability to perform to the PWS elements described in this notice. 

c.   A list of contracts covering the past three years with emphasis on work performed on a Federal installation. Please provide contract numbers, if your firm was a prime or subcontractor, contract type, dollar value of each procurement, and point of contact (address and phone number). If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value.

d.   From the list above, please identify those contracts you consider most relevant to the work of this effort. Please provide a brief summary of similar work accomplished as compared to this scope. 




3.          Subcontracting input

NASA is interested in potential prime (either large or small business) contractor feedback related to potential subcontracting opportunities. Interested parties are requested to use the attached template named “TEST3 subcontracting input” to provide the following information:

a. Suggested percentages of work the company deems appropriate to be subcontracted to either large and/or small businesses.

b. A specific description of the areas of work that are appropriate for small and/or large business subcontracting opportunities and a list of potential subcontractors for each area of work

c. Identify the small business type in the case of potential small business subcontractors.

 

SUBMISSION INSTRUCTIONS

You are requested to provide electronic responses which should have a total maximum page count of 10 pages in addition to the worksheet. It is not sufficient to provide only general brochures or generic information. Please send all responses via email to William Barrington to the following email: wstf-test3@mail.nasa.gov and reference "TEST3 Sources Sought Input” in your response. Your response is requested no later than 4:00 p.m. MST on November 18, 2019. Additionally, any communications in reference to this notice be directed to wstf-test3@mail.nasa.gov.




In order to facilitate teaming arrangements, NASA intends to publically release the names, addresses, and points of contacts of all respondents on the TEST3 website (https://procurement.jsc.nasa.gov/test3/), unless specifically requested not to do so by the respondent. This information will be provided on the procurement website as an "Interested Parties List".  Interested parties are responsible for checking this website for further information and updates.




In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html 




The Government intends to review the responses submitted by Industry. Respondents will not be notified of the results of the evaluation. The data will not be shared outside the Government with the exception of posting the “Interested Parties List”. The Government may use this data to refine requirements and develop a request for a proposal. Please do not submit proprietary information. Data submitted as part of Industry's responses marked "proprietary" will not be reviewed.


Rogelio Curiel , Contracting Officer , Phone 575-524-5191, Email rogelio.curiel@nasa.gov - William Barrignton, Contract Specialist, Phone +1 (575) 524-5463, Email william.l.barrington@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP