SOLICITATION NOTICE
X -- EXPENDABLE LAUNCH VEHICLE PAYLOAD PROCESSING CAPABILITY FOR CALIPSO AND CLOUDSAT SATELLITES
- Notice Date
- 4/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK04044847Q
- Response Due
- 4/30/2004
- Archive Date
- 4/1/2005
- Point of Contact
- Lynn E. Rafford, Contract Specialist, Phone (321) 867-7364, Fax (321) 867-4848, Email Lynn.E.Rafford@nasa.gov - Terrance W. Crowley, Contract Specialist, Phone (321) 867-7696, Fax (321) 867-4848, Email Terrance.Crowley-1@ksc.nasa.gov
- E-Mail Address
-
Email your questions to Lynn E. Rafford
(Lynn.E.Rafford@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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for payload processing capability necessary to support the CALIPSO/CloudSat mission. CALIPSO/CloudSat mission hardware consists of two satellites, Cloud-Aerosol Lidar and Infrared Pathfinder Satellite Observations (CALIPSO) and Cloud Satellite (CloudSat), and a Dual Payload Attach Fitting (DPAF) currently scheduled for launch aboard a Delta II Medium Class expendable launch vehicle (ELV) in March 2005. The requirement is to provide the processing facility and processing support services necessary to prepare the satellites for launch from Vandenberg Air Force Base (VAFB), California. Processing activity at the successful offeror's site is expected to begin mid December 2004. More detailed schedules and requirements definitions will be contained in the RFQ. The provisions and clauses in the RFQ are those in effect through FAC 01-21. The NAICS Code and the small business size standard for this procurement are 541710 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Friday, April 30, 2004 at 4:30 PM Eastern Standard Time (EST) to NASA Procurement, Attn: Lynn Rafford, Mailcode: OP-LS, Kennedy Space Center, FL, 32899, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard 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 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAR 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 1 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), (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) (15 U.S.C. 657a),(4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994,(7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)),(8) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4),(10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (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 (June 2003) of 52.219-23,(13) 52.222-3, Convict Labor (June 2003) (E.O. 11755),(15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999),(16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246),(17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212),18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793),(19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212),(24) 52.225-13, Restrictions on Certain Foreign Purchases (October 2003) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury),(30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (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.htm All contractual and technical questions must be in writing (e-mail or fax) to Lynn E. Rafford not later than Monday, April 12, 2004 at 4:30 PM Eastern Standard Time (EST) Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#109666)
- Record
- SN00558595-W 20040403/040401212723 (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 |