Search Contract Opportunities

Mechanical and Composite Hardware Fabrication Support Services 2 (MCHFSS 2)   4

ID: 80LARC25DA001 • Type: Presolicitation • 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: Nov. 7, 2024, 11:50 a.m. EST

11/07/2024

The purpose of this Pre-Solicitation amendment is to update the e-mail address from LARC-MCHFSS2@nasa.gov to LARC-MCHFSS2@mail.nasa.gov.

_______________________________________________________________________

National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) plans to issue a Request for Proposal (RFP) for the for the Mechanical and Composite Hardware Fabrication Support Services (MCHFSS 2) solicitation. The services will include the following: design and fabricate research-oriented, one-of-a-kind flight test articles and assemblies including, but not limited to, ground support equipment, aircraft spacecraft, laboratory, science, research facilities and instrumentation requirements in Government-provided facilities on-site at NASA LaRC. These services shall encompass functional fabrication work areas with support services provided for: Mechanical Fabrication and Composite Fabrication of research-oriented hardware. A draft Performance Work Statement is attached to the posting for information purposes only to assist prospective offerors to understand the requirements.

This competitive acquisition will result in the award of a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with the ability to award Cost-Plus-Fixed Fee (CPFF) task orders. The contract will have a 5-year period of performance.

For planning purposes only, the following anticipated milestones are provided:

  • The anticipated release of the Request for Proposal (RFP) (no draft RFP will be released) is within 45 calendar days of this pre-solicitation synopsis. Proposals will be due approximately 30 calendar days after the release of the RFP.
  • An on-site Pre-proposal conference will be held on or about 2 weeks after issuance of the solicitation.
  • Contract award on or about April 17, 2025.
  • Effective (start of performance) date of June 1, 2025.
  • The contract will not include a phase-in period; however, the Government anticipates approximately 30 days from the date of award to the effective date.

Other information anticipated to be pertinent to the solicitation:

  • Services will include the following: design and fabricate research-oriented, one-of-a-kind flight test articles and assemblies including, but not limited to, ground support equipment, aircraft spacecraft, laboratory, science, research facilities and instrumentation requirements in Government-provided facilities on-site at NASA LaRC. These services shall encompass functional fabrication work areas with support services provided for: Mechanical Fabrication and Composite Fabrication of research-oriented hardware. Also provided for information purposes only is a draft Statement of Work (SOW)
  • The Government does not intend to acquire a commercial item using FAR Part 12.
  • The acquisition will be conducted as a total small business set-aside competition.
  • The North American Industry Classification System (NAICS) code for this acquisition is 336413 and the small business size standard is 1,250 employees.
  • The place of performance will primarily be at NASA LaRC. Additional locations may be identified in Task Orders.
  • NASA LaRC anticipates using Past Performance Price Tradeoff (PPTO) source selection procedures. The approach will include a technical proposal that will be evaluated for acceptability.
  • Potential offerors are responsible to ensure they are registered/listed on all required online database(s) for award that include, but not limited to, the System for award management: https://www.sam.gov/SAM/; Commercial and Government Entity (CAGE) code that matches the corporate location/address submitted with its proposal, and U.S. Department of Labor Veterans' Employment and Training Service, VETS 4212 Reports: https://vets4212.dol.gov/vets4212/.

This synopsis serves as the pre-solicitation notice for the Final RFP. The solicitation, amendments (if any), and attached documents, will be posted and available on www.sam.gov. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).

When the solicitation is issued, offerors will be required to submit proposals through NASA's Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA's EFSS Box, are responsible to fully understand the solicitation instruction entitled Electronic Submission of Proposals - Proposal Marking and Delivery Through NASA's EFSS Box which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA's EFSS Box. Documents related to this acquisition, including this posting, the solicitation, attachments, exhibits, and any amendments will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. It is the potential offerors responsibility to monitor the websites for updates.

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

This pre-solicitation notice is not a solicitation, and NASA is not requesting proposals. This does not commit NASA LaRC to pay any proposal preparation costs, nor does it obligate NASA LaRC to procure or contract for this requirement. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this pending solicitation.

Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to the Contracting Officer at LARC-MCHFSS2@nasa.gov no later than November 15, 2024. Telephone questions will not be accepted.

All questions regarding this posting shall be submitted in writing, electronically to Mike Miltner, Contracting Specialist, at LARC-MCHFSS2@nasa.gov, with a Cc to Michael.J.Miltner@nasa.gov and Daphne.G.Darden@nasa.gov on or before November 21, 2024 no later than 2:00PM Eastern Time. Offerors are encouraged to submit questions as soon as possible for consideration. If a respondent believes their questions/comments contain confidential, proprietary, competition sensitive, or business information, those questions/comments shall be marked appropriately. However, questions that are marked as containing confidential, proprietary, competition sensitive or business information will not be provided a Government response. The Government will consider all questions/comments received in preparation of the Final RFP. To the extent a comment leads the Government to revise the acquisition approach or requirements, the change will be reflected in the Final RFP. Some questions and comments may receive a posted response to the GPE if the Contracting Officer determines that a response would facilitate additional understanding of the solicitation. The Government may also respond via the GPE to comments and/or questions received following the issuance of the Final Request for Proposal (RFP).

Thank you for your interest in NASA LaRC MCHFSS 2 acquisition.

Posted: Nov. 6, 2024, 2:05 p.m. EST
Background
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is planning to issue a Request for Proposal (RFP) for Mechanical and Composite Hardware Fabrication Support Services (MCHFSS 2).

The mission of LaRC and NASA focuses on advancing space exploration, scientific discovery, and aeronautics through research and development. The goal of this contract is to provide design and fabrication services for unique flight test articles and assemblies in government-provided facilities at NASA LaRC.

Work Details
The Contractor shall design and fabricate research-oriented, one-of-a-kind flight test articles and assemblies, including ground support equipment, aircraft, spacecraft, laboratory instruments, science research facilities, and instrumentation requirements. Services will encompass functional fabrication work areas with support for Mechanical Fabrication and Composite Fabrication of hardware. Specific tasks include:
- Furnishing all personnel, training, transportation, and on-site management necessary to perform the work.
- Maintaining ISO 9001 and AS9100 certifications throughout the contract period.
- Transporting materials, equipment, and parts between buildings on-site at LaRC.
- Performing tasks as specified in task orders that include performance standards and fabrication specifications.
- Supporting three functional work areas: Metallic Machining, Welding, and Metal Fabrication.
- Fabricating mechanical hardware for various applications including aircraft instrumentation, structural modifications, simulator modifications, ground support equipment, spaceflight applications, etc.
- Providing corrosion control and surface preparation as per industry standards.
- Developing precision models for wind tunnel tests and high-reliability instruments for space flight experiments.
- Utilizing specialized machining processes such as CNC milling and electrical discharge machining.

Period of Performance
The contract will have a period of performance of 5 years starting from June 1, 2025.

Place of Performance
The primary place of performance will be at NASA Langley Research Center (LaRC), with additional locations potentially identified in Task Orders.

Overview

Response Deadline
Nov. 21, 2024, 2:00 p.m. EST Past Due
Posted
Nov. 6, 2024, 2:05 p.m. EST (updated: Nov. 7, 2024, 11:50 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Hampton, VA 23666 United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
66%
Vehicle Type
Indefinite Delivery Contract
On 11/6/24 Langley Research Center issued Presolicitation 80LARC25DA001 for Mechanical and Composite Hardware Fabrication Support Services 2 (MCHFSS 2) due 11/21/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336413 (SBA Size Standard 1250 Employees) and PSC AR13.
Primary Contact
Name
Michael J Miltner   Profile
Phone
None

Secondary Contact

Name
Daphne Darden   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Contracting Specialist Michael J. Miltner Profile michael.j.miltner@nasa.gov None

Documents

Posted documents for Presolicitation 80LARC25DA001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation 80LARC25DA001

Award Notifications

Agency published notification of awards for Presolicitation 80LARC25DA001

Incumbent or Similar Awards

Contracts Similar to Presolicitation 80LARC25DA001

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 80LARC25DA001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 80LARC25DA001

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA LANGLEY RESEARCH CENTER
FPDS Organization Code
8000-LARC0
Source Organization Code
100173681
Last Updated
Dec. 7, 2024
Last Updated By
natasha.j.king@nasa.gov
Archive Date
Dec. 6, 2024