Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

V -- NASA EXTREME ENVIRONMENT MISSION OPERATIONS SUPPORT VESSEL

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ12435313Q
 
Response Due
5/11/2012
 
Archive Date
5/4/2013
 
Point of Contact
Audrey C Montgomery, Contract Specialist, Phone 281-792-7510, Fax 281-483-4066, Email audrey.c.montgomery@nasa.gov - Stacy G. Houston, Contracting Officer, Phone 281-483-9649, Fax 281-483-7890, Email stacy.g.houston@nasa.gov
 
E-Mail Address
Audrey C Montgomery
(audrey.c.montgomery@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 Request for Proposal (RFP) for the use of a vessel tosupport NASA Extreme Environment Missions Operations (NEEMO). The vessel will be used todeploy two Deep Worker submersibles multiple times daily during the mission, which islocated at the Aquarius Reef Base site in Florida (GPS coordinates: 24'57.010N and080'27.130W) as well as to provide a base for Science operations. The ship must be on location for nine calendar days from June 11th, 2012 at 12:00 p.m.EST until June 19th, 2012 at 7:00 p.m. EST. The ship will need to mob/demob the DeepWorker submersibles at a nearby port the day before (on June 10, 2012) and the day after(June 20, 2012). The quote must include all costs associated with transit to the worksite, the missiondays of operation, fuel, provisions, dock space, crane operations for mob/demob of thesubmersibles, and operations of the ship. Coordination of ship activities will occur with the Analog Missions projects NEEMOMission Manager. The task recipient is expected to coordinate dock requirements formob/demob and coordinate with the NEEMO Mission Manager to acquire the necessary marinesanctuary permits. NASA also requires the following for the NEEMO Support Vessel: 1) The crane must have a minimum capacity of 4200lb. safe working load. 2) The crane must be A- frame or standard crane fitted. (Standard crane preferred) 3) The ship must have deck space to accommodate and service (2) Deep Worker submersibles(footprint of approximately 50 SF each). 4) The ship must have deck space for an 8 x 12 Conex box. 5) The ship must be capable of station-keeping up to 8 hours/day. 6) The ship must be able to stay on-site for the nine calendar days referenced. 7) The ship must have a deployable underwater boom capable of mounting a submersibletracking transceiver. 8) The ship must have the ability for other NEEMO support ships to transfer personnel tothe ship provided. 9) The ship must provide three-phase or single-phase electrical power. 10) The ship must have living accommodations available for the NEEMO science team. 11) The ship must include space for the NEEMO science team to set uptracking/communication stations and carry out work activities on the ship during themission. In addition, offerors must answer the following technical evaluation questions pertainingto the vessel: 1) What type of crane(s) does the ship have? Indicate whether it is A-frame or standard.What is the load capacity of the crane? 2) What is the total useable square footage of the main deck area? Can the submersiblesbe moved to different locations on the deck? 3) Which port would you suggest for mob/demob? 4) How many NEEMO scientists can be berthed on the ship? How many total berthing roomsare available for NEEMO personnel? 5) Where would a science team set up? How large is the space and what features areprovided (desks, chairs, power outlets for NEEMO electronic equipment)? 6) Have you ever worked with a Link Quest tracking system? 7) Have you ever worked with a submersible operation? The provisions and clauses in the RFP are those in effect through FAC 2005-58.This procurement is a total small business set-aside. See Note 1.The NAICS Code and the small business size standard for this procurement are 483114 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by 4:00 PM local time on May 11, 2012 toAudrey Montgomery and Stacy Houston and must include, solicitation number, FOBdestination to this Center, proposed delivery schedule, discount/payment terms, taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructionsto Offerors-Commercial Items, 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 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (APR 2012), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:-FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb2012) (Pub. L. 109-282) (31 U.S.C. 6101 note) -FAR 52.209-6, Protecting the Governments Interest When Subcontracting with ContractorsDebarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). -FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). -FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C.632(a)(2)). -FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). -FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012) (E.O.13126). -FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). -FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). -FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C.793). -FAR 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). -FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug2011) (E.O. 13513). -FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). -FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct2003) (31 U.S.C. 3332). -FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). -FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). -FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206and 41 U.S.C. 351, et seq.). -NFS 1852.247-71, Protection of the Florida Manatee (Mar 1989)The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail only) to AudreyMontgomery and Stacy Houston at Audrey.C.Montgomery@nasa.gov andStacy.G.Houston@nasa.gov, respectively not later than 4:00 PM local time on May 8, 2012. Telephone questions will not be accepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with the followingevaluation factors: 1) Technical (70%) Capabilities provided and ability to provide safe and successfuloperations. 2) Cost (30%) - Total cost of the proposal based on the value provided. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that the productoffered meets the Government's requirement. Selection 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 andprice. It is critical that offerors provide adequate detail to allow evaluation of theiroffer.(SEE FAR 52.212-1(b)).Offerors must include completed copies of the provision at 52.212-3 (APR 2012), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman forthis acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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=73. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and 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/JSC/OPDC20220/NNJ12435313Q/listing.html)
 
Record
SN02739364-W 20120506/120504234846-eacabe3c990288ce83ed0b2d905d4e3d (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.