Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

A -- P-POD MATING DEVICE TO AN EELV ESPA SUM

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11LB52Q
 
Response Due
9/12/2011
 
Archive Date
8/30/2012
 
Point of Contact
Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Gina E Hudak, Contract Specialist, Phone 321-867-1274, Fax 321-867-4848, Email gina.e.hudak@nasa.gov
 
E-Mail Address
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Quotation (RFQ) in accordance with Subpart 12.6 of theFederal Acquisition Regulation, as supplemented with additional information included inthis notice. This announcement constitutes the only request; quotations are beingrequested and a separate written solicitation will not be issued.The NASA Launch Services Program (LSP) is seeking the design, manufacture, and test of aPoly-Picosatellite Orbital Deployer (P-POD) mating device to an Evolved Expendable LaunchVehicle (EELV) Secondary Payload Adapter (ESPA) Six-U Mount (SUM) that can be launched ineither an internal or an external position on a launch vehicle port. The solicitation isunder NAICS 541712 c for Space Vehicles and Guided Missiles, their Propulsion Units,their Propulsion Units Parts, and their Auxiliary Equipment and Parts.NASA/KSC intends to award this order to CSA Engineering, Inc. (CSA) as CSA is uniquelyqualified to meet the Government's requirements. CSA is the only entity that possessesthe capabilities to work on the ESPA System since it is a proprietary design by CSA. TheESPA P-POD SUM is unique in the aerospace industry; due to the uniqueness of the system,it is the only existing hardware that can meet the requirements of the Government.Closing date set for receipt of offers is September 12, 2011 at 12:00 pm EST.This notice NNK11LB52Q is being issued as a Request for Quotation for the following:Item Description:Special Study: Evolved Expendable Launch Vehicle (EELV) Secondary Payload Adapter (ESPA)Poly-Picosatellite Orbital Deployer (P-POD) 3U/6U-Mount (ESPA Six U Mount)See attached Statement of Work for full description.Period of Performance:Authority to Proceed + 6 monthsPer FAR 52.212-4, Contract Terms and Conditions--Commercial Items - Government acceptanceis deemed to occur constructively on the 45th day after the Contractor delivers thesupplies or performs the services in accordance with the terms and conditions of thecontract.Offer InformationAll responsible sources may submit an offer which shall be considered by the agency.Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 12:00pm eastern time on September 12, 2011. Such detailed capabilities andqualifications must demonstrate in writing the ability to meet this requirement and willbe evaluated solely for the purpose of determining whether or not to conduct thisprocurement on a competitive basis. A determination by the Government not to compete thisproposed effort on a full and open competitive basis, based upon responses to thisnotice, is solely within the discretion of the Government. Offers for the items(s) described above are due by September 12, 2011, 12:00pm (EST) toNASA-KSC, Attn: Jennifer Dorsey, OP-LS, KSC, FL 32899 or jennifer.l.dorsey@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to KSC, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, and be signed by an authorized company representative. Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which will be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed. See NASA Specific Note 'B'. EvaluationSelection and award will be made to that offeror whose offer will be most advantageous tothe Government, price and other factors considered. The following factors shall be usedto evaluate offers in order of descending importance:(i)Technical capability of the item offered to meet the Governments requirement(ii)Price(iii)Past PerformanceOfferors shall demonstrate that they have the sufficient andproper labor categories to meet the requirements of the Statement of Work. All evaluation factors other than price, when combined, are approximately equal to price.Additional Information:Written questions as a result of this requirement should be directed to Jennifer Dorseyat Jennifer.L.Dorsey@nasa.gov by September 6, 2011.Applicable Terms and Conditions:The provisions and clauses in the RFQ are those in effect through FAC 2005-53.The required period of performance is award through 6 months. It is critical thatofferors provide adequate detail to allow for evaluation of their offer. (See FAR52.212-1(b)).Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. FAR 52.212-1 (June 2008), Instruction to Offerors Commercial Items is applicable.FAR 52.212-2 (Jan 1999), Evaluation Commercial Items is applicable. FAR 52.212-3 (Aug 2009), Offeror Representations and Certifications Commercial Items isapplicable.FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Dec 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items and its Alternate I (FEB 2000) are applicable and thefollowing identified clauses are 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 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards(JULY 2010) XX 52.209-6, Protecting the Governments Interest When Subcontracting withContractors Debarred, Suspended, or Proposed for Debarment (SEPT 2006) XX 52.219-28, Post-Award Small Business Program Representation (APR 2009) XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). 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 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-50, Combating Trafficking in Persons (FEB 2009) XX 52.223-6, Drug-Free Workplace (MAY 2001) 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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332) XX 52.233-1, Disputes (JUL 2002)The following terms are also applicable:52.204-7, Central Contractor Registration (APR 2008)52.207-2, Notice of Streamlined Competition (MAY 2006)52.219-1, Small Business Program Representations (Alt 1) (APR 2002)52.227-1, Authorization and Consent (Alt 1) (APR 1984)52.232-2, Payments under Fixed-Price Research and Development Contracts (APR 1984)52.242-15, Stop-Work Order (AUG 1989)52.246-9, Inspection of Research and Development (Short Form) (APR 1984)52.249-4, Termination for Convenience of the Government (Services) (Short Form) (AUG1984)52.252-2, Clauses Incorporated by Reference (FEB 1998)1852.215-84, Ombudsman (OCT 2003)1852.225-70, Export Licenses (FEB 2000)1852.237-73, Release of Sensitive Information (JUN 2005)The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmOfferors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. Toregister, please visit the following URL: https://www.bpn.gov/ccr/default.aspx. Offerors must be registered in Online Representations and Certifications Application(ORCA) per FAR 52.204-8. To register, please visit the following URL:https://orca.bpn.gov/login.aspx. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (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/NNK11LB52Q/listing.html)
 
Record
SN02555132-W 20110901/110830235541-5bd7fad449fa82a0708b2f4bad508eea (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.