Federal Bid

Last Updated on 12 May 2007 at 4 AM
Solicitation
Location Unknown

R--ISO 9001, ISO 14001 AND AS 9100 REGISTRATION AUDIT SERVICES

Solicitation ID NNX06157504R
Posted Date 12 May 2006 at 4 AM
Archive Date 12 May 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Agency Contracting
Agency National Aeronautics And Space Administration
Location United states
NASA/NASA Shared Services Center plans to issue a Request for Offer (RFO) for third-party ISO 9001, ISO 14001, and AS 9100 Registration Services for NASA sites across the United States. NASA sites included in the contract are as follows: NASA Headquarters in Washington, DC Dryden Flight Research Center in Edwards, CA Glenn Reseach Center in Cleveland, OH Goddard Space Flight Center (including Wallops Flight Facility) in Greenbelt, MD Independent Verification and Validation Facility in Fairmont, WV Jet Propulsion Laboratory in Pasadena, CA Johnson Space Center in Houston, TX Kennedy Space Center outside of Merritt Island, FL Langley Research Center in Hampton, VA Marshall Space Flight Center in Huntsville, AL Stennis Space Center outside of Bay St. Louis, MS White Sands Test Facility in Las Cruces, NM The required services include (a) auditing of NASA operations to determine conformance with the requirements of the ISO 9001, ISO 14001, and AS 9100 Standards, (b) recommendation for, and issuance of registration, or continuation of existing registration as appropriate to the then current version of each standard, and (c) reporting audit results. Each NASA site will maintain current registrations. If requested by NASA, the Contractor may provide additional registration services. The proposed contract will utilize an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure. The contract will be administered by the NASA Shared Services Center located at Stennis Space Center, MS. The anticipated period of performance will consist of a base period of two years and seven one year option periods. Audits are scheduled to start under this procurement by November 2006. Pre-audit activities may start immediately following contract award. This procurement is 100% set-aside for small business. The NAICS Code and Size Standard are 541611 and $6.5 million respectively. The DPAS Rating for this procurement is DO-C9. The Government intends to acquire this item as a commercial item in accordance with FAR Part 12. There shall be no hard copies of the solicitation, or technical specification. All of the aforementioned information with respect to this acquisition will only be available electronically at the following address: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64 . It is the offeror’s responsibility to monitor the internet site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). **All offerors are reminded to check the above noted web address for the most current information with respect to this acquisition. Additionally, upon release of the solicitation all offerors are reminded that all correspondence with regard to the same shall be coordinated through the Procurement Division** Anticipated dates (on or about) regarding this procurement: RFO: May 26, 2006; Offers due: June 26, 2006; Contract award: August 31, 2006. All qualified responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed – See Internet Note “B”
Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jun 2016 at 8 PM
Sandia Texas 01 Dec 2022 at 5 AM
Apo Ae 29 Mar 2011 at 10 AM

Similar Opportunities

Redstone arsenal Alabama 10 Jul 2025 at 7 PM
Irvine California 30 Dec 2030 at 8 PM
Irvine California 30 Dec 2030 at 8 PM
New york New york 10 Dec 2028 at 3 PM
Tacoma Washington 18 Jul 2025 at 5 PM