Florida Bids > Bid Detail

Source Sought - Helium Recovery Compressors

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159102419812688
Posted Date: Jun 9, 2023
Due Date: Jun 23, 2023
Solicitation No: NNK23ZOS004L
Source: https://sam.gov/opp/ac015541eb...
Follow
Source Sought - Helium Recovery Compressors
Active
Contract Opportunity
Notice ID
NNK23ZOS004L
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA KENNEDY SPACE 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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 09, 2023 03:43 pm EDT
  • Original Response Date: Jun 23, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333912 - Air and Gas Compressor Manufacturing
  • Place of Performance:
    Orlando , FL 32899
    USA
Description

THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE.



The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is hereby soliciting information from potential sources capable of providing two helium (He) recovery compressors for use at the KSC Converter Compressor Facility (CCF). KSC will be the buying location for this action.



NASA/KSC is seeking capability statements from all interested parties, including 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, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for NANO 4. 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 North American Industry Classification System (NAICS) code is 333912 Air and Gas Compressor Manufacturing, and the corresponding size standard is 1,000 employees.



Requirements under the contemplated acquisition include but may not be limited to the information in the attached document (Attachment 1, Draft Statement of Work). Attachment 1 is an INFORMATIONAL DRAFT ONLY and may change if a Solicitation is released.



No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.



Interested firms having the required capabilities necessary to meet the requirements described in Attachment 1 should submit a capability statement of no more than 10 pages indicating the ability to perform all aspects of the effort. The requirements outlined within this request are intended to be met by commercial products.



A page is defined as one side of a sheet, 8 1/2" x 11", with at least one-inch margins on all sides, using not smaller than 12-point type. Foldouts count as an equivalent number of 8 1/2" x 11" pages. Responses must be submitted electronically in portable document format (PDF), with searchable text. The capability statement must include: company’s name, address, and a point of contact (name, e-mail address, and address); Data Universal Numbering System (DUNS) number and cage code; number of years in business; annual receipts in accordance with 13 CFR 121.104(c) and the period of measurement used; company’s size and socioeconomic status under NAICS code 333912; ownership, affiliate information (as applicable) including parent company and joint venture partners; interest as a prime or subcontractor; interest in being included on an interested parties list; and specific capabilities relevant to the requirements. It is not sufficient to provide general brochures or generic information. In addition, the capability statement must include, at a minimum, three contracts in effect during the period: January 1, 2019, to the present. For each contract, identify/provide the following: contract number; customer name; period of performance; a brief description of relevant work performed; company role (i.e., prime or sub); number of employees; and contract or subcontract value. Responses should not include proprietary or confidential information; however, if proprietary data is included in a reply, it is to be marked as such.



KSC is also interested in feedback, with supporting rationale, from industry regarding subcontracting opportunities. This feedback may be used as research information to support development of an acquisition strategy and is excluded from the page limitation identified above.



All responses shall be submitted electronically via email to Brenda Teachworth at Brenda.L.Teachworth@nasa.gov no later than June 23, 2023, at 4:30 PM EST. Please reference NNK23ZOS004L in any response.



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. 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. NASA Federal Acquisition Regulation Supplement clause 1852.214-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition is: Burton R. Summerfield, Associate Director, Management, burton.r.summerfield@nasa.gov, 321-867-4598.


Attachments/Links
Contact Information
Contracting Office Address
  • KENNEDY SPACE CENTER FL 32899-0001
  • KENNEDY SPACE CENTER , FL 32899
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 09, 2023 03:43 pm EDTSources 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 >