Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

D -- LUNARSIM SOFTWARE DEVELOPMENT

Notice Date
6/30/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08255861R
 
Response Due
7/21/2008
 
Archive Date
6/30/2009
 
Point of Contact
Nikki D Brown, Contract Specialist, Phone 216-433-6386, Fax 216-433-2480
 
E-Mail Address
Nikki.D.Brown@grc.nasa.gov
 
Small Business Set-Aside
Total HUB-Zone
 
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 only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) to develop "LunarSim" aneducational simulation that engages students in the construction and exploration of alunar base. The statement of work is attached to this solicitation. The Governmentsavailable funding for this requirement is not to exceed $200,000.00.The provisions and clauses in the RFP are those in effect through FAC 05-26 This procurement is a total HubZone small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541511 and$23 million in revenue respectively. The offeror shall state in their offer their sizestatus for this procurement. All responsible sources may submit an offer which shall be considered by the agency. The period of performance shall be 1 year and 3 months from the order's effective date.Delivery shall be FOB Destination. Offers for the items(s) described above are due by Monday, July 21, 2008 at 4:30 p.m. ESTto 21000 Brookpark Road, M.S. 500-312, Cleveland, OH 44135 Attn: Nikki D. Brown and mustinclude, 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 authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form (attached). Electronic Submissionsare also acceptableOfferors shall provide the information required by FAR 52.212-1 (APR 2008), 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 2007), Contract Terms and Conditions-Commercial Items is applicable.Addenda to FAR 52.212-4 are as follows: 52.204-7 Central Contractor Registration (OCT 2003) 52.209-6 Protecting the Governments Interest when subcontracting with ContractorsDebarred, Suspended, or Proposed for Debarment (JAN 2005) 52.247-34 F.O.B. Destination (NOV 1991) 1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert seehttp://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address ofinstallation ombudsman) 1852.219-76 NASA 8 Percent Goal (JUL 1997) 1852.223-72 SAFETY AND HEALTH Short Form (APR 2002)1852.225-70 Export Licenses (FEB 2000) 1852.227-14 Rights In Data--GeneralFAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), withAlternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).52.219-3 Notice of Total HUBZone Set-aside (JAN 1999) (15 U.S.C. 657a)52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2006) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.223-6 DRUG-FREE WORKPLACE 23.505 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246). 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). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). 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). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC2004) (E.O. 13201) 52.227-14 Rights in DataGeneral (Dec 2007) 52.232-34, Payment by Electronic Funds Transfer--Other Than Central ContractorRegistration (MAY 1999) (31 U.S.C. 3332). 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 The items acquired as a result of this solicitation must be 508 compliant in accordancewith FAR part 39 which implements Section 508 of the Rehabilitation Act of 1973 (29U.S.C. 794d), and the Architectural and Transportation Barriers Compliance BoardElectronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194). Further information on Section 508 is available via the Internet athttp://www.section508.gov. All contractual and technical questions must be in writing (e-mail or fax) to Nikki Brownnot later than Tuesday, July 8, 2008 at 4:30 p.m. TELEPHONE QUESTIONS WILL NOT BEACCEPTED. 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,price, and past performance. Other critical requirements:1.) Technical Plan2.) Management Ability 3.) Science Technology Engineering and Mathematics (STEM) Based education Integration4.) Past Performance See attached SOW for further explanation of evaluation criteriaIt 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 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=15d28552cc4fec74097ae1eab51e17e1&tab=core&_cview=1)
 
Record
SN01603934-W 20080702/080630215837-e39d4154cffd567f85a70a5c20a5ef81 (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.