Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

A -- TPS FOR MARS ENTRY DESCENT AND LANDING - ROUND 1 PHASE 2

Notice Date
12/16/2010
 
Notice Type
Presolicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA11369016Q
 
Response Due
1/7/2011
 
Archive Date
12/16/2011
 
Point of Contact
Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov - Manuel Herrada, Contracting Officer, Phone 650-604-1192, Fax 650-604-0932, Email Manuel.Herrada-1@nasa.gov
 
E-Mail Address
Marianne Shelley
(marianne.shelley@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center (ARC) is conducting a Phased Acquisition for flexible/deployable ablative and rigid ablative TPS materials in accordance with NASA FARSupplement (NFS) 1817.73, Phased Acquisition. On February 3, 2010 NASA ARC posted asolicitation for the Round 1/ Phase 1 acquisition of Thermal Protection System (TPS)Materials for the Mars Entry Decent & Landing (EDL) Technology Development Project (TDP). A total of four non-commercial, firm fixed price purchase orders were awarded to thefollowing companies: Applied Research Associates Inc., The Boeing Company, LockheedMartin Space Systems Company, and Textron Systems Corporation.All TPS Round 1/ Phase 1materials have been delivered, tested, and evaluated by NASA. Round 1/ Phase 1 vendorshave received the results of NASAs testing.NASA is also concurrently soliciting for an additional round of Phase 1 TPS materialstesting, Round 2/ Phase 1, RFQ# NNA11366031Q, that was posted on the NASA Ames BusinessOpportunities website on December 13, 2010. Vendors that submitted a proposal but werenot selected for Round 1/ Phase 1, vendors that participated in Round 1/ Phase 1 and havesubsequently modified their Phase 1 TPS material, or new vendors who did not participatein the Round 1/ Phase 1 procurement are invited to submit proposals for RFQ#NNA11366031Q. NASA plans that Round 1 and Round 2 materials testing (and perhaps additional Rounds)will be conducted in parallel, each having several down-selection phases, culminating ina final merging of all late-phase rounds to select the most appropriate flexible andrigid ablative TPS materials required for NASA missions.In accordance with NFS 1817.7301-4(a) Synopsis, the following information applies to thisphased acquisition process:(1)The Government plans to continue to conduct a Phased Acquisition for Round 1/Phase 2, involving a competitive down-selection process, as follows:a.Round 1/ Phase 2 is for delivery of TPS materials that will be described in theStatement of Work Round 1, Phase 2, to be posted with the solicitation. NASA willperform a variety of tests on these submitted materials, and results of the testing willbe evaluated as part of the subsequent down-selection to Round 1, Phase 3. b.Round 1/ Phase 3 is planned for continued testing, development, furthercharacterization, and extension the TRL for rigid ablator materials and deployableablator materials. The down-selection to Round 1, Phase 3 is expected to be late 2011-early 2012.c.Round 1/ Phase 4 is expected to culminate in about 2014 with a final merging ofall late-phase rounds to select the most appropriate flexible and rigid ablative TPSmaterials required for NASA missions. (2) Competitions for subsequent phases of this Round 1 will build on the results ofprevious phases.(3)The award criteria for subsequent phases of Round 1 will include demonstratedcompletion of specified previous phase requirements.(4)The Government expects that only the initial phase contractors of Round 1 will becapable of successfully competing for the subsequent phases. Proposals for the subsequentphases will be requested from these contractors.(5)The Government intends to issue a new, formal solicitation for subsequent phasesof Round 1.(6)Each subsequent phase of this Round 1 acquisition will be synopsized inaccordance with FAR 5.201 and 5.203.(7)Notwithstanding the expectation that only the initial phase Round 1/ Phase 1contractors will be capable of successfully competing for Round 1/ Phase 2 and othersubsequent phases, proposals from all responsible sources submitted by the specified duedate will be considered. In order to contend for subsequent phase awards, however, suchprospective offerors must demonstrate a design maturity equivalent to that of the priorphase contractors. Failure to fully and completely demonstrate the appropriate level ofdesign maturity may render the proposal unacceptable with no further consideration forcontract award.(8)Each subsequent synopsis during this Round 1 process will identify the currentphase contractors. This procurement is being conducted under Simplified Acquisition Procedures (SAP).NASA/ARC plans to award multiple non-commercial purchase orders for Round 1/ Phase 2. TheRound 1/ Phase 2 procurement will be conducted in accordance with FAR Part 13, SimplifiedAcquisition Procedures. Depending upon NASA resources, later phases may include morecomplex requirements, have higher contract values with longer periods of performances,and may be conducted in accordance with FAR Part 15, Contracting by Negotiation.The tentative TPS for MARS EDL Round 1/ Phase 2 schedule is: Issuance of Synopsis December 16, 2010; Issuance of RFQ# NNA11369016Q mid January 2011; Proposals Due early February 2011; Multiple Purchase Orders awarded mid February 2011.All contractual and/or technical questions must be submitted in writing (e-mailpreferred) by 4:00 pm Pacific Time, January 6, 2011. Telephone questions will not beaccepted. Please address any comments or questions to: Marianne Shelley, NASA AmesResearch Center. Email: Marianne.Shelley@nasa.gov. Any responses to questions submittedwill be posted at this website as a modification to this synopsis or the resulting RFQ.The Government does not intend to acquire a commercial item using FAR Part 12. The NAICS Code is 336419 - Other Guided Missile and Space Vehicle Parts and AuxiliaryEquipment Manufacturing with Size Standard: 1000 employees.All responsible sources may submit a quote which shall be considered by the agency.NFS clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is: Mr.Lewis S. Braxton III, Deputy Center Director, P. O. Box 1, Moffett Field, CA 94035-0001.Telephone: (650) 604-5068 Fax: (650) 604-0031 or (650) 604-1668 Email:lewis.s.braxton@nasa.gov.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASABusiness Opportunities home page ishttp://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the Internet site for the release of thesolicitation and amendments (if any). Potential quoters will be responsible fordownloading their own copy of the solicitation and amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA11369016Q/listing.html)
 
Record
SN02345249-W 20101218/101216233910-6a652bf8521edab3cfa5bd2b23221810 (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.