Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
SOLICITATION NOTICE

C -- GPM SPACECRAFT SENIOR STRESS ANALYSIS SUPPORT

Notice Date
6/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG06158851Q
 
Response Due
6/28/2006
 
Archive Date
6/14/2007
 
Description
NASA/GSFC has a requirement for contract to provide a single senior stress analyst to the Global Precipitation Measurement (GPM) project. A senior stress analyst is required to support the overall design and analysis process as GPM works towards a tentative December 1, 2006 peer review prior to the GPM preliminary design review (PDR) early in 2007. This contract shall be decided on best-value criteria to the Government as provided below. SCOPE OF WORK The purpose of this contract is to procure the services of a senior stress analyst to perform duties outlined in the statement of work. The work is to be performed onsite at the Goddard Space Flight Center in Greenbelt, MD during the performance period given below. The contractor shall have full responsibility (?ownership?) for some aspects of the work being done and shall be expected to provide timely and accurate accounting of progress and documentation supporting the work done. GENERAL RESPONSIBILITIES The contractor?s responsibilities shall include the management of personnel, timely and effective implementation of task assignments, management of scheduled deliveries, and timely and effective reporting to the Government. These responsibilities shall also include efficient cost management methods as well as procedures to ensure that the Government is aware of task assignment status and progress achieved. STATEMENT OF WORK Task Requirements Senior stress analysis support for the GPM spacecraft. Duties include the following. Interface with civil servant lead structural analyst and GPM mechanical design team Perform/direct GPM Core Spacecraft structural stress analysis, including: o Composite and metallic lower bus structure (LBS) o Propulsion module o Composite truss upper bus structure (UBS) o Honeycomb panel avionics structure o Instrument interfaces Manage the spacecraft stress finite element model (FEM) ? Contractor shall have ownership of this portion of the task o Incorporate design changes o Incorporate mass updates o Perform necessary trade structural studies o Incorporate instrument, deployable and subsystem FEMs as they come available o Provide FEM to vendors and subsystems as needed for lower-level stress analysis o Provide modified FEMs for various other tasks as required; such variations include dynamics, STOP, and jitter analysis Perform pre- and post-processing using FEMAP version 9.x or higher (for GPM compatibility, other pre/post processors are unacceptable) Perform Finite Element Analysis (FEA) using MSC.NASTRAN solver (for GPM compatibility, other NASTRAN vendors? versions or other FEA solvers are unacceptable) Mentor junior-level civil service and contractor team members on all aspects of finite element modeling and analysis and stress analysis Provide requirements definition support as required EXPERIENCE REQUIREMENTS Experience as senior lead stress analyst for multiple spacecraft projects (estimated to be 20+ years of experience) Senior-level stress analyst aerospace structural analysis (estimated to be 15+ years of experience) Senior-level stress analyst finite element modeling and analysis (estimated to be 15+ years of experience) Senior-level stress analyst experience in classical hand analysis calculation (estimated to be 15+ years of experience) Composite material experience, including: o Carbon-graphite truss structures o Aluminum and/or composite honeycomb panels o Metallic-to-composite interfaces DELIVERABLES and MILESTONES o Primary duty and deliverable is mechanical analysis and preliminary sizing of the GPM Core Spacecraft structure in preparation for the GPM Mechanical PDR Peer Review and PDR. This includes: o Creating/updating/analyzing FEMs for structures, components and subsystems as needed o Design analysis support for sizing of specific components and interfaces as needed o Stress calculations and Margin of Safety table in preparation for PDR o Documentation and presentation of structural analysis performed in preparation for reviews Support is specifically required in preparation for the following review o Pre-PDR Mechanical Peer Review, December 2006 GOVERNMENT FURNISHED EQUIPMENT The following is the list of equipment and facilities that the government shall provide to the contractor. Computer hardware Computer software Office furnishings, including desk, chair, telephone and general office supplies DUTY STATION All contractor duties shall be performed onsite at the GSFC Greenbelt, MD campus. PERIOD of PERFORMANCE BREAKDOWN Task Begin Date: Date of Award Task End Date: Feb. 28, 2007 Total hours (for competitive purposes) 870 The tentative start date is as soon as the contract can be put in place. The total of 870 hours is representative of what is expected to complete the task. The task shall be concluded when the contract hours are used up but no later than February 28, 2007. COST FACTORS The basis of the cost competition for this task is 870 hours total beginning on contract date. Scheduling of the hours is not required for the competition. This assumes that vacation time, sick time and unscheduled leave time will be taken during the task period as well as time off for holidays not covered by this contract. GPM is not responsible for payment of hours not worked. Once the winning offeror is selected, the final number of hours may be modified. For offerors outside of the general GSFC locale, relocation costs are not available. Therefore, if the winning contractor must relocate, no funding shall be supplied by the GPM project. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. All responsible sources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Oral communications are not acceptable in response to this notice. Technical questions should be directed to the attention of Theresa A. Stevens via email at Theresa.A.Stevens@nasa.gov or via facsimile at 301-286-0794 by 06/20/2006 by 3:30 p.m. EST. This procurement is being conducted via full and open competition. The NAICS Code for this procurement is 541330 and the size standard is $4.5 million respectively. The DPAS rating for this procurement is DO-C9. INSTRUCTIONS FOR OFFERORS: Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 All proposals must include the following additional information: Solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Vendors must submit the following information: - Two copies of their proposal - Reps and Certs - Any other relative information Via email, fax or mail to Theresa A. Stevens, NASA/GSFC, Mail Code 210.3, B11, Rm C001, Greenbelt, MD 20771; Email: theresa.a.stevens@nasa.gov: or fax 301-286-0794. Responses are due no later than 06/27/2006 at 3:30 p.m. EST. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://servero.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1(JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. SOLICITATION CLAUSES AND PROVISIONS The provisions and clauses are those in effect through FAC 05-09. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-19, 52.222-21, 52-222-26 52.222-35, 52-222-36, 52-222-37, 52.225-1, and 52-232-34. NASA FAR Supplement clauses: 1852.204-74 CENTRAL CONTRACTOR REGISTRATION; 1852.223-72 safety and health (short form); and 1852.225-70 Export Licenses are also incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTION CRITERIA Selection will be made in accordance with FAR 15.101. Award will be made via "Best Value". The evaluation criteria listed below is in the order of relevance: - Technically Acceptable - Past Performance - Lowest Price Technical acceptability will be determined by review of information submitted by the offeror, which must provide a description in sufficient detail to show that the product offered meets the Government requirement. Technical Acceptable (Quality) The quality of the services shall be evaluated by considering the technical qualifications and experience of the proposed senior stress analyst. Examples of technical experience and accomplishments may be provided with the proposal to assist in determining technical quality. Such attached examples shall not exceed 25 standard 8? x 11 pages. Past Performance Past performance shall be conducted in accordance with FAR 15.305(a)(2) and NFS 1815.305(a)(2),"Past Performance". Past Performance Questionnaire is provided as Exhibit (1) to this solicitation. Offerors (including major subcontractors when applicable) shall complete the offeror fill-in sections of the questionnaire and forward this questionnaire to their customers for final completion. Offerors shall include a summary of all representative customers whom it has provided Past Performance Interview/Questionnaire Forms and advise those customers of the past performance proposal due date. Customers shall complete the questionnaire and forward the completed forms directly to: NASA/GSFC Attn: Theresa A. Stevens/Mail Code 210.3 Solicitation Number: NNG0158851Q Building 11, Room C001 Greenbelt Road Greenbelt, MD 20771 Cost/Price The price evaluation shall consider the price reasonableness of the proposed price to perform the contract and shall verify that the overall price offered is fair and reasonable. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than June 21, 2006. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc These representations and certifications will be incorporated by reference in any resultant contract. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments(if any). An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Any referenced notes may be viewed at the following URLs link below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#120635)
 
Record
SN01069833-W 20060616/060614222303 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.