SOLICITATION NOTICE
B -- DIGITAL SHUTTLE PROJECT
- Notice Date
- 8/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BV
- ZIP Code
- 00000
- Solicitation Number
- 9-BV-Y39-02-1
- Response Due
- 9/12/2002
- Point of Contact
- Ronald Johnson, Contracting Officer, Phone (281) 483-4164, Fax (281) 483-6919, Email ronald.johnson1@jsc.nasa.gov - Sylvia Snider, Contract Specialist, Phone (281) 244-5178, Fax (281) 483-6919, Email sylvia.snider1@jsc.nasa.gov
- E-Mail Address
-
Email your questions to Ronald Johnson
(ronald.johnson1@jsc.nasa.gov)
- Description
- 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; quotes are being requested and a written solicitation will not be issued. The same number of awards will be made to small and large businesses. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/JSC plans to make multiple awards. In order to improve configuration management and sustaining engineering of the orbiter fleet, NASA is studying the feasibility of converting its two-dimensional (2-D) orbiter drawings into three-dimensnion (3-D) geometric solid models. In support of this feasibility study, the work defined herein requires the contractor to convert a select portion of the orbiter drawings to create solid models that represent the "current state" of the parts, and rig those parts into larger assemblies, and deliver the models and assemblies to NASA. The provisions and clauses in the RFQ are those in effect through FAC 01-08. The NAICS Code and the small business size standard for this procurement are 541340 and $6M, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to JSC is required within 120 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. In order to prepare quotes, quoters must read the attached Statement of Work and request the CD ROM specified in section 3.2. Due to size of files, the CD ROM will be mailed. The Shuttle vehicle drawings are subject to export control regulations (See NFS 1852.225-70 below). When requesting the CD ROM, the quoter must provide their Representations and Certifacations as specified below. Request CD ROM from Points of Contact provided below. Quotations for the items(s) described above are due by 4:00 p.m. CST, September 12, 2002 and may be mailed or faxed to Sylvia Snider, at NASA Johnson Space Center, Mail Code BV, Houston, TX 77058 or fax to 281-483-6919, and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Contractor and Government Entity (CAGE) code, identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ 1852.225-70 Export Licenses. As prescribed in 1825.1103-70(b), insert the following clause: EXPORT LICENSES (FEBRUARY 2000) (a) The Contractor shall comply with all U.S. export control laws and regulations, including the International Traffic in Arms Regulations (ITAR), 22 CFR Parts 120 through 130, and the Export Administration Regulations (EAR), 15 CFR Parts 730 through 799, in the performance of this contract. In the absence of available license exemptions/exceptions, the Contractor shall be responsible for obtaining the appropriate licenses or other approvals, if required, for exports of hardware, technical data, and software, or for the provision of technical assistance. (b) The Contractor shall be responsible for obtaining export licenses, if required, before utilizing foreign persons in the performance of this contract, including instances where the work is to be performed on-site at Johnson Space Center where the foreign person will have access to export-controlled technical data or software. (c) The Contractor shall be responsible for all regulatory record keeping requirements associated with the use of licenses and license exemptions/exceptions. (d) The Contractor shall be responsible for ensuring that the provisions of this clause apply to its subcontractors. (End of clause) ALTERNATE I (FEBRUARY 2000) As prescribed in 1825.1103-70(b), add the following paragraph (e) as Alternate I to the clause: (e) The Contractor may request, in writing, that the Contracting Officer authorize it to export ITAR-controlled technical data (including software) pursuant to the exemption at 22 CFR 125.4(b)(3). The Contracting Officer or designated representative may authorize or direct the use of the exemption where the data does not disclose details of the design, development, production, or manufacture of any defense article. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Feb 2001). As modified by NASA Procurement Information Circular 00-19 (Class Deviation). (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii)___ Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). ___X (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). __X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d). ___ (19)(i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act--Balance of Payments Program (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). _X_ (25) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (28)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ____(1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) [(Subcontracts for certain commercial services may be exempt from coverage if they meet the criteria in FAR 22.1003-4(c) or (d) contained in Procurement Information Circular (PIC) 00-19, Class Deviation - Applicability of the Service Contract Act for the Acquisition of Certain Commercial Services.) ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 12933). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of clause) 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 Questions regarding this acquisition must be submitted in writing no later than August 30, 2002 Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, production capability, relevant experience, price and past performance; other critical requirements if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical capability, relevant experience, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters should provide three references of work performed most relevant to this procurement. Reference's point of contact should include name, address, company phone number, e-mail address, and description of work performed. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their requst for the CD ROM containing the Shuttle drawings. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=73 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#102635)
- Record
- SN00144338-W 20020821/020819213829 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |