Search Contract Opportunities

KSC Propellants and Life Support Services (KPLSS) II   3

ID: 80KSC019R0038 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Dec. 13, 2019, 12:12 p.m. EST

The National Aeronautics and Space Administration (NASA) John F. Kennedy Space Center (KSC) is pleased to issue this Request for Proposal (RFP) for the KSC Propellants and Life Support Services (KPLSS) II acquistion. This notice relates to the Synopsis (Reference Number 80KSC019R0038) and replaces in its entirety the Draft RFP (Reference Number 80KSC019R0038-DRAFT).

KPLSS II will provide propellant services, which includes receipt, storage, repackage, sampling, analysis, and distribution of 15 different fluids, which include, cryogenic propellants, hypergolic propellants, high-pressure gases (up to 15,000 psig), and other specialty aerospace fluids. Propellant services also include the fleet management and maintenance of all vehicle and facility systems, which includes over 100 major mobile equipment items and 50 fixed propellant systems.

KPLSS II will also provide life support services, which include the delivery, recycling, rebuild, and manufacture of protective equipment, and an assortment of gaseous and liquid air supplied breathing equipment. Life support services also include the provision of protective clothing and respiratory protection equipment to personnel working in toxic or oxygen deficient atmospheres; and operation and maintenance of cryogenic liquid and gaseous air packs, protective clothing, and emergency breathing equipment. The following are examples of life support equipment: Propellant Handlers Ensemble (PHE) also known as Self-Contained Atmospheric Protection Ensemble (SCAPE), Supplied Air Respirators (SAR), Astronaut Rescue Air Pack (ARAP), Portable Air Ventilators (PAVs), Self-Contained Breathing Apparatus (SCBA), Emergency Life Support Apparatus (ELSAs), liquid air packs, and medical resuscitators.

Additional responsibilities of KPLSS II include: ordering fluids; performing usage analysis and accounting; providing support plans and efficiency studies; and maintaining and providing sustaining engineering for Government-owned propellant and life support facilities, systems, and equipment, including pressure vessel systems management and recertification in accordance with NASA and KSC procedural requirements; the Code of Federal Regulations; Department of Defense requirements; and industry standards.

This is a full and open procurement.

The North American Industry Classification System code and size standard is 541330, Engineering Services, and $38.5 million, respectively.

A KPLSS II website has been established at https://procurement.ksc.nasa.gov/KPLSSII. Interested parties may register for access to the Bidder's Library and other information.

NASA FAR Supplement Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.

IMPORTANT INFORMATION ABOUT EXPORT CONTROL DOCUMENTATION:
This RFP contains Export Controlled documentation. Access to RFP details will only be granted through System for Award Management (SAM) requests. Please register on beta.SAM.gov to obtain all RFP information.

Note: Sources that have not previously registered for access to Export Controlled documentation in SAM will first need to submit documentation to the U.S./Canada Joint Certification Office. See https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ for details on required documentation. Please ensure the company address submitted on the DD2345 is EXACTLY the same as the address registered in SAM (www.SAM.gov); any deviation in address with cause the form to be returned to the contractor for correction. This complete process can take a few weeks and can only be done through the mail due to original signature. Since electronic transmission is not permitted by the Joint Certification Program (JCP), it is advised that interested parties submit their documentation to JCP as soon as possible. Certification by JCP is valid for a 5-year period.

Once approved by the JCP, sources will then need to contact the Federal Service Desk to have their registration updated with export control access (JCP certified) and complete the process at https://www.fsd.gov/ . This takes approximately 3 days to complete the process. Once your beta.SAM.gov registration has been updated, please submit your request for access for the documentation of this requirement using your Marketing Partner Identification Number (MPIN). For more information please contact the Federal Service Desk.

IMPORTANT INFORMATION ABOUT CONTRACTOR PROPRIETARY DOCUMENTATION: This RFP contains certain documentation that is categorized as Contractor Proprietary information. In order to gain access to this documentation for the purposes of responding to this RFP, offerors must contact the Contracting Officer (CO), Steven Vandercook, at steven.h.vandercook@nasa.gov for instructions on completing the required Non-Disclosure Agreement(s) (NDA). Offerors must agree to, sign, and return the completed NDA(s) back to the CO prior to access being granted to the documentation.

December 13th, 2019 Amendment 1

Posted questions and answers to RFP. Amended RFP. See SF30 for list of changes in RFP Amendment 1.

Modified Bidder's Library SBU-ITAR Data 4 of 14 to add 81K06394 to PPTO 001, and add 67-K-L-12178 to PPTO 002.

Modified Bidder's Library SBU-ITAR Data 5 of 14 to add Q3719, Q3784, Q3945, Q3946, Q3947, Q3950, Q3951, Q6715, Q6816, and Q6911, and delete Q3057, Q3269, and Q6802.

Modified Bidder's Library SBU-ITAR Data 6 of 14 to include KSC Standard Documents folder containing KSC-STD-Z-0006.

Added Spare Parts Analysis (SPA) documents (5 of 5). Offerors will need to request access.

Added Configuration Drawing documents (7 of 7) as PDF and included native format. Offerors will need to request access.

Posted: Nov. 22, 2019, 8:42 a.m. EST
Posted: Nov. 21, 2019, 1:14 p.m. EST

Overview

Response Deadline
Jan. 13, 2020, 3:00 p.m. EST Past Due
Posted
Nov. 21, 2019, 1:14 p.m. EST (updated: Dec. 13, 2019, 12:12 p.m. EST)
Set Aside
None
Place of Performance
Merritt Island, FL 32953 United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 11/21/19 Kennedy Space Center issued Solicitation 80KSC019R0038 for KSC Propellants and Life Support Services (KPLSS) II due 1/13/20. The opportunity was issued full & open with NAICS 541330 and PSC R425.
Primary Contact
Name
Steven Vandercook   Profile
Phone
(321) 867-5131

Documents

Posted documents for Solicitation 80KSC019R0038

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 80KSC019R0038

Award Notifications

Agency published notification of awards for Solicitation 80KSC019R0038

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 80KSC019R0038

Similar Active Opportunities

Open contract opportunities similar to Solicitation 80KSC019R0038

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA KENNEDY SPACE CENTER
FPDS Organization Code
8000-KSC00
Source Organization Code
100170445
Last Updated
Jan. 28, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 28, 2020