Federal Bid

Last Updated on 26 Oct 2021 at 5 PM
Sources Sought
Houston Texas

Engineering Services for Rendezvous, Proximity Operations, and Capture (RPOC)

Solicitation ID 80JSC022RPOCV
Posted Date 26 Oct 2021 at 5 PM
Archive Date 20 Nov 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nasa Johnson Space Center
Agency National Aeronautics And Space Administration
Location Houston Texas United states 77058

The National Aeronautics and Space Administration (NASA) Johnson Space Center (JSC) is seeking capability statements from all interested small businesses, including Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business capabilities for specialized rendezvous and proximity operations engineering services. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.

A summary of the JSC requirements are attached to this notice.

The North American Industry Classification System (NAICS) code for this procurement is 541330, Engineering Services, with a size standard of $16,500,000.

Estimated award date for this contract is September 2022. The estimated award amount is $30,000,000 to $35,000,000; and over $7,000,000 per year, for five years.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps at www.fbo.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis.

Interested offerors/vendors having the required specialized capabilities to meet the requirements attached should submit a capability statement of five pages or less indicating the ability to perform all aspects of the effort described herein.

Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement). The response may also include suggestions for specific contract structures or types that would allow JSC to meet or exceed the attached requirements while reducing overall cost. Technical questions should be directed to: Bryan Evans, [email protected]. Procurement related questions should be directed to: Brian Rosario, [email protected], and John Carpentier, [email protected].

A commercial item is defined in FAR 2.101.

This synopsis is for information and planning purposes 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 intends to publicize a listing of respondents in order to facilitate teaming arrangements. Should your firm desire not to be included in this listing, clearly indicate this desire in your response.

All responses shall be submitted to Brian Rosario, [email protected], and John Carpentier, [email protected], no later than November 5, 2021 at 4:00pm CST. Please reference 80JSC022RPOCV in any response.

Bid Protests Not Available

Similar Opportunities

Ashburn Virginia 16 Jul 2025 at 4 AM (estimated)
Chula vista California 30 Jul 2025 at 6 PM
California 11 Jul 2025 at 10 AM (estimated)
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM