Federal Bid

Last Updated on 21 Oct 2011 at 10 PM
Sources Sought
Location Unknown

R--PROPELLANT LOADING SERVICES FOR THE LADEE SPACECRAFT

Solicitation ID NNA12102111R
Posted Date 21 Oct 2011 at 10 PM
Archive Date 10 May 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Procurement
Agency National Aeronautics And Space Administration
Location United states
NASA Ames Research Center (ARC) is hereby soliciting information about potentialsources to provide propellant loading and contingency offloading services for NASAsLunar Atmosphere and Dust Environment Explorer (LADEE) mission in mid 2013 at NASAsWallops Flight Facility (WFF).The contractor shall provide the personnel, procedures, materials, equipment, commoditiesand services required to load approximately 52 kg of Monomethylhydrazine (MMH) andapproximately 83 kg of Mixed Oxides of Nitrogen (MON-3) and pressurize flight tanks withHelium (He). The contractor shall procure, sample, and analyze the propellants andpressurant prior to shipping them to WFF.NASA ARC is seeking capability statements from all interested parties, including Small,Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), ServiceDisabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone)businesses, and Historically Black Colleges and Universities (HBCU)/MinorityInstitutions (MI) for the purposes of determining the appropriate level of competitionand/or small business subcontracting goals for Propellant Loading Procurement. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), ServiceDisabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, or any category of small business, number of years in business; affiliateinformation: parent company, joint venture partners, potential teaming partners, primecontractor (if potential sub) or subcontractors (if potential prime); list of customerscovering the past five years (highlight relevant work performed, contract numbers,contract type, dollar value of each procurement; and point of contact - address and phonenumber). Please advise if the requirement is considered to be a commercial or commercial-typeservice. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to the point of contact identified below no later thanNovember 4, 2011. Please reference NNA12102111R in any response. Any referenced notesmay be viewed at the following URLs linked below.
Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Mar 2008 at 4 AM
Fort polk Louisiana 01 Oct 2021 at 7 PM
Vicksburg Mississippi 06 Jul 2021 at 11 PM

Similar Opportunities

White hall Arkansas 16 Jul 2025 at 5 PM
White hall Arkansas 16 Jul 2025 at 5 PM