Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2008 FBO #2447
SOLICITATION NOTICE

A -- DEVELOPMENT OF A LONG LIFE 600 W HALL THRUSTER

Notice Date
8/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08262055Q
 
Response Due
8/20/2008
 
Archive Date
8/6/2009
 
Point of Contact
Amanda L. George, Student Contract Specialist, Phone 216-433-3265, Fax 216-433-2480, - Mark W. Manthey, Branch Chief, Phone 216-433-2750, Fax 216-433-5489
 
E-Mail Address
amanda.l.george@nasa.gov, mark.w.manthey@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. NASA/GRC intends to purchase the items from theBusek Company, Inc. (doing business as Busek Co. Inc.), Natick, MA citing 10 U.S.C.2304(c)(1). Only one source and no there supplies will satisfy agency requirements asits justification for lack of competition. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small businesses. If you are viewing this solicitation on the fedbizops website, you must check the NASABusiness website for amendments, attachments and forms (this is due to the fedbizopssoftware design). Attachments and the SF 1449 for this procurement may be viewed at: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. It is the offerorsresponsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation.GENERAL SPECIFICATIONS: (Development of a long life 600 W Hall thruster):NASA GRC is seeking a company to develop a 600 Watt engineering model Hall thruster thathas a lifetime of greater than 30,000 hrs and a xenon throughput capability of ~300 Kg.NASA GRC is seeking the delivery of two engineering model 600 W Hall thrusters includingthe hollow cathode assemblies.The thrusters must have a propulsive efficiency greaterthan 50% and a specific impulse greater than 1500 sec. Additionally, the company mustperform finite element structural and thermal analysis of the thruster design todemonstrate the thrusters capability of withstanding standard launch vehicles randomvibration spectrum up to 16.6 gRMS; 1 minute each axis (X.Y.Z) and flight thermal loads.INFORMATION TO BE FURNISHED:After delivery of two Hall Thrusters, the Contractor shall furnish engineering drawingsincluding 1) a list of materials used and 2) the structural and thermal analysis reportfrom their sub-contractor.MANUALS:The Contractor shall provide operational manuals that shall be written in English. Two(2) sets of operator manuals shall be included which shall document operation andmaintenance of the (item name) All software documentation required tooperate/program/diagnose (CNC or PC controller) shall be included.INSTALLATION:No installation required. TRAINING:No training required.DELIVERY SCHEDULE AND FOB POINT:Delivery to NASA Glenn Research Center is required not later than July 1, 2009. Deliveryshall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONS:Note for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If you requirepayment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.Note to those offering installation at the Government facility: The proposed price SHALLinclude all necessary travel, per diem amounts, labor etc. In your proposal clearlystate the number of people and number days they will be installing the equipment at NASAGRC. Clearly state any travel costs and whether these are air fare or other mode oftransportation and the per diem rate used. Per diem rates can be found at:http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 05-26.The NAIC code is 541712 and the small business size standard for this procurement is 500,respectively. All qualified responsible business sources may submit a quotation whichshall be considered by the agency. The offeror shall state in their offer their sizestatus for this procurement.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by August 20, 2008 at 4:30pm to: NASA Glen Research Center21000 Brookpark Rd. Cleveland, OH 44135Attn: Amanda L. George MS 500-319Offers must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), 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 Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersare NOT acceptable. A copy of a published price list, catalog price or computer page printout showing theprice for Items (List Item Numbers) may also be included if desired. (Note, theContracting Officer is requesting this information because of the sole source nature ofthis procurement). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and CertificationsApplication (ORCA) website at http://orca.bpn.gov FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (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: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small BusinessConcerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicatein its offer) (15 U.S.C. 657a). __ (4) [Reserved] _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). __ (ii) Alternate I (Oct 1995). __ (iii) Alternate II (Mar 2004). __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.644).__ (ii) Alternate I (Oct 1995). __ (iii) Alternate II (Mar 2004). _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4).__ (ii) Alternate I (Oct 2001). __ (iii) Alternate II (Oct 2001). __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C.637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive theadjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of52.219-23.. __ (12) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantagedStatus and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation ProgramIncentiveSubcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15U.S.C. 632(a)(2)). __ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006)(E.O. 13126). _X_ (18) 52.222.21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39,, Notification of Employee Rights Concerning Payment of Union Dues orFees (Dec 2004) (E.O. 13201). __ (24)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (25) 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). __ (26)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Nov 2006)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78,108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004). __ (iii) Alternate II (Jan 2004). _X_ (27) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). _X_ (28) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury). __ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42U.S.C. 5150). _X_ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (32) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S.C. 3332). _X_ (34) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). __ (35) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (36) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (37)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351,et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Feb2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with theprovisions of this paragraph (d) if this contract was awarded using other than sealedbid, is in excess of the simplified acquisition threshold, and does not contain theclause at 52.215-2, Audit and RecordsNegotiation. (1) The Comptroller General of the United States, or an authorized representative of theComptroller General, shall have access to and right to examine any of the Contractorsdirectly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times therecords, materials, and other evidence for examination, audit, or reproduction, until 3years after final payment under this contract or for any shorter period specified in FARSubpart 4.7, Contractor Records Retention, of the other clauses of this contract. If thiscontract is completely or partially terminated, the records relating to the workterminated shall be made available for 3 years after any resulting final terminationsettlement. Records relating to appeals under the disputes clause or to litigation or thesettlement of claims arising under or relating to this contract shall be made availableuntil such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does notrequire the Contractor to create or maintain any record that the Contractor does notmaintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and(d) of this clause, the Contractor is not required to flow down any FAR clause, otherthan those in paragraphs (i) through (vii) of this paragraph in a subcontract forcommercial items. Unless otherwise indicated below, the extent of the flow down shall beas required by the clause (i) 52.219-8, Utilization of Small Business Concerns (May2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer furthersubcontracting opportunities. If the subcontract (except subcontracts to small businessconcerns) exceeds $550,000 ($1,000,000 for construction of any public facility), thesubcontractor must include 52.219-8 in lower tier subcontracts that offer subcontractingopportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, EqualOpportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and OtherEligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action forWorkers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification ofEmployee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down requiredfor all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, etseq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance withparagraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercialitems a minimal number of additional clauses necessary to satisfy its contractualobligations. (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 SELECTION:EvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. The Government will award a contract to that offeror whose offer meets the specificationsabove, and is the most advantageous to the Government, with consideration given to thefactors of technical capability of the item(s) offered to meet the specifications, price,past performance. Technical capability considerations will include: 1) Offeror must be able to provide the Government with proof of their existing 600 Wthruster and its documented performance levels, including its ability to operate for thedesired lifetime listed in the statement of work2) Offeror must currently have a development activity for a power processing unit andxenon flow system that is nearing flight readiness.3) Offeror must have the ability to test this thruster in-house to demonstrate itsperformance levels at 600 W.Selection and award will be made on an aggregate basis. The awardee is required to havea technically capable offer and have acceptable past performance. Technical capabilitywill be determined by a review of the information submitted by the offeror providing adescription in sufficient detail to show that the product offered meets the Government'srequirement (see specifications above). It is critical that offerors provide adequatedetail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical capabilityand past performance, when combined, are approximately equally important as price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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=22 Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html 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
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b28cf4ac767be31ec7d152eaeb9befea&tab=core&_cview=1)
 
Record
SN01632878-W 20080808/080807103851-b28cf4ac767be31ec7d152eaeb9befea (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.