Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

D -- SOLE SOURCE TO SOFTWARE AND ENGINEERING ASSOCIATES

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK09297181Q
 
Response Due
6/15/2009
 
Archive Date
6/10/2010
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov<br />
 
E-Mail Address
Allen J. Miller
(Allen.J.Miller@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Sole Source Request for Quotation (RFQ) to Software andEngineering Associates, Inc., Nevada for:Solid Performance Program (SPP 08) and Two Dimensional Kinetics (TDK 08) Site Licensesand Codes in support of Atlas V Rocket analysis.Last item. Software and Engineering Associates, Inc. is currently the only company that developsand maintains the code for the SPP and TDK. The Solid Performance Program, SPP'08, is asuper set of the SPP 7.2 code.Both codes use the standard Joint Army, Navy, NASA, AirForce (JANNAF) methods for performance predictions of Solid Propellant Engines. Theanalysis consists of two parts: nozzle performance and motor performance. The SPP'08nozzle module analyzes and summarizes the performance loss mechanism into fivecategories: combustion chamber loss, boundary layer loss, chemical kinetic loss, particlelosses, and divergence losses.The motor performance analysis consists of four separategrain design modules and two internal ballistics modules. The grain design modules areinternally linked with the one dimensional motor ballistics modules. The motor stabilitycan be analyzed with axial mode Standard Stability Prediction (SSP) code which isinternally linked with the 2-D, axismetric, and 3-D grain design and ballistic modules todefine burn rates, motor surface, and port areas required by the SSP. TDK'08 is thelatest version of JANNAF standard code for the prediction of nozzle performance inliquid rocket engines.TDK'08 analyzes and summarizes the performance loss mechanismsinto four categories: Combustion chamber loss, boundary layer losses, chemical keneticslosses, and divergence losses.Extensive research showed that the software being procured is one of a kind and iscurrently only provided by Software and Engineering Associates. The use of this softwareis very specific and only applicable to solid rocket motors, therefore, creating lowdemand for the software and in turn only having only one provider. Other versions of thesoftware exist but have been modified and deemed proprietary by solid rocket motormanufactures. During my thirteen year career in Solid Rocket Motor both at MarshallSpace Flight Center and Kennedy Space Center I have not encountered any other softwarethat can perform solid motor analysis. In addition, TDK and SPP have been deemed thestandard for JANNAF since no other software exist that can perform the same analysisrequired on the Atlas V Rocket.The provisions and clauses in the RFQ are those in effect through FAC 2005-32This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 511210, $25 million respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by June 15, 2009, 2:00PM (EST) toNASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 or Allen.J.Miller@nasa.govOffers must include, solicitation number, FOB destination to KSC, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (March 2009), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference:(1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). 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.htmSelection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76.Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK09297181Q/listing.html)
 
Record
SN01841522-W 20090612/090610235744-4635c892b9cf5348e3404ed4c1a5d910 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.