Florida Bids > Bid Detail

Sources Sought--NASA Agency-wide Nitrogen and Oxygen Acquisition 4 (NANO 4)

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • 91 - Fuels, Lubricants, Oils, and Waxes
Opps ID: NBD00159296379148636
Posted Date: Apr 25, 2023
Due Date: May 12, 2023
Solicitation No: NNK23ZOS001L
Source: https://sam.gov/opp/8dd30d2597...
Follow
Sources Sought--NASA Agency-wide Nitrogen and Oxygen Acquisition 4 (NANO 4)
Active
Contract Opportunity
Notice ID
NNK23ZOS001L
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: Apr 25, 2023 02:53 pm EDT
  • Original Response Date: May 12, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9135 - LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Orlando , FL 32899
    USA
Description

The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is soliciting information from potential sources capable of providing liquid nitrogen (LN2), liquid oxygen (LO2), and aviator’s breathing oxygen (ABO), as described herein, for Ames Research Center (ARC), Glenn Research Center (GRC), Glenn Research Center/Armstrong Training Facility (GRC/ATF), Goddard Space Flight Center (GSFC), Jet Propulsion Laboratory (JPL), Johnson Space Center (JSC), Kennedy Space Center (KSC), Langley Research Center (LaRC), Marshall Space Flight Center (MSFC), Michoud Assembly Facility (MAF), Stennis Space Center (SSC), and White Sands Test Facility (WSTF), under a contemplated Agency-wide Nitrogen and Oxygen Acquisition 4 (NANO 4). KSC will be the buying location for LN2, LO2 and ABO at these sites.



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 325120 Industrial Gas Manufacturing, and the corresponding size standard is 1,000 employees.



Requirements under the contemplated Agency-wide NANO 4 include, but are not limited to:




  1. Deliver quantities of LN2, LO2, and ABO to multiple NASA locations, as outlined within the draft schedule of supplies.

  2. Ability to provide LN2, LO2, and ABO meeting Military Performance Specification (MIL-PRF) and Compressed Gas Association (CGA) specifications: Nitrogen and oxygen procured will be in accordance with MIL-PRF-27401G Grades B and C, CGA G-10.1 Grade L, and MIL-PRF-25508H Grade A, and ABO will be in accordance with MIL-PRF-27210J.



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 above requirements described herein 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 325120; 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 NANO 4 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, phase-in length, and preferred length of contract to include base and option periods. This feedback may be used as research information to support development of an acquisition strategy and is excluded from the page limitation identified above.



LN2, LO2, and ABO services applicable to the contemplated NANO 4 are performed under the following Agency-wide contracts: 80KSC019D0017, 80KSC019D0018, 80KSC019D0019, 80KSC019D0020, 80KSC019D0021, 80KSC019D0022, 80KSC019D0023, and 80KSC019D0024.



All responses shall be submitted electronically via email to Brenda Teachworth at Brenda.L.Teachworth@nasa.gov no later than May 12, 2023, at 4:30 PM EST. Please reference NNK23ZOS001L 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
Attachments
Document File Size Access Updated Date
NANO 4 Sources Sought DRAFT Schedule of Supplies.pdf (opens in new window)
106 KB
Public
Apr 25, 2023
file uploads

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
  • Apr 25, 2023 02:53 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 >