Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

V -- COMMERCIAL REUSABLE SUBORBITAL RESEARCH -CRUSR- FLIGHT SERVICES

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10343615Q-AMD
 
Response Due
7/9/2010
 
Archive Date
6/18/2011
 
Point of Contact
Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
 
E-Mail Address
Marianne Shelley
(marianne.shelley@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 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 commercial resusablesuborbital flight services. NASAs Commercial Reusable Suborbital Research (CRuSR)program has a requirement for the transportation of various Government-provided researchpayloads on the test flights of vendor vehicles (including vehicle prototypes) intendedfor commercial reusable suborbital markets. Each flight and related services shall be inaccordance with the requirements of the Statement of Work (SOW) that is attached to thissolicitation. A CRuSR Pricing Sheet is also provided for vendors to quote their proposedfirm fixed prices to perform the indicated required services. Additional procurementdocumentation for completion by the offeror is also attached. Additional information about NASA's CRuSR program is available at the CRuSR website:http://crusr.arc.nasa.gov/ As a result of this solicitation NASA intends to award multiple firm fixed price purchaseorders to multiple vendors. Each award will be for the purchase of two (02) rides forNASA-provided payload and related services on test flights of the vendors CRuSRvehicles, with an option for the Government to purchase additional quantities of rides onflights and related services. The Government intends to acquire a commercial service in accordance with FAR Part 12,Acquisition of Commercial Items, and in conjunction with the policies and procedures forsolicitation, evaluation and award prescribed in FAR Part 13, Simplified AcquisitionProcedures. This procurement is a total small business set-aside. In accordance with FAR 19.001, asmall business concern is defined as a concern that is qualified as a small businessunder the criteria and size standards in 13 CFR Part 121, and is organized for profitwith a place of business located in the United States or its outlying areas and thatmakes a significant contribution to the U.S. economy through payment of taxes and/or useof American products, material and/or labor. Additional information regarding smallbusiness contracting with the federal government is available from the Small BusinessAdministration at http://www.sba.gov/.The North American Industry Classification System (NAICS) Code and the small businesssize standard for this procurement are 481212 (Nonscheduled Chartered Freight AirTransportation) with a small business size of 1,500 employees, respectively. Theprovision at FAR 52.219-1, Small Business Program Representations (ALT I) is applicableto this solicitation. All offerors shall self-certify their size status for thisprocurement in the provision attached to this solicitation and return it with theirquotation. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by Friday July 9, 2010, no later than12:30 PM Pacific Time, to the contract specialist, Marianne Shelley, emailMarianne.Shelley@nasa.gov, and must include: solicitation number, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. The provisions and clauses in the RFQ are those in effect through Federal AcquisitionCircular (FAC) 2005-41.The Federal Acquisition Regulation (FAR) may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html. The NASA FAR Supplement (NFS) may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm. Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Please note paragraphs(j) and (k) that require all offerors to have a DUNS number and current CCR registration.Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), 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.If the offeror hasalready entered their representations and certifications at the Online Representationsand Certifications Application (ORCA) at https://orca.bpn.gov/, offerors are onlyrequired to complete paragraph (b) of the provision. Paragraph (b) is included in thedocuments attached to this notice. These representations and certifications will beincorporated by reference in any resultant contract. The following provision also applies to this solicitation: FAR 52.217-5, Evaluation of Options (July 1990). FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. In accordance with paragraph (g), all offerors shall complete the attached ACH form forthe electronic funds transfer (EFT) of any future invoice payment. FAR 52.212-5 (APR 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified FAR clausesare incorporated by reference: 52.219-6, Notice of Total Small Business Aside, Alternate I. 52.219-8, Utilization of Small Business Concerns. 52.219.28, Post-Award Small Business Program Rerepresentation. 52,222-3, Convict Labor. 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222-50, Combating Trafficking in Persons. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. The following FAR and NFS clauses will also be incorporated into any resultant contract: FAR 52.217-7, Option for Increased QuantitySeparately Priced Line Item. FAR 52.217-9, Option to Extend the Term of the Contract. FAR 52.245-1, Government Property. FAR 52.245-9, Use and Charges. NFS 1852.223-72, Safety and Health (Short Form). NFS 1852.225-70, Export Licenses, (insert NASA Ames Research Center). NFS 1852.215-84, Ombudsman, (insert: Lewis Braxton, NASA Ames Research Center, M/S200-9, Moffett Field, CA 94035-0001. NFS 1852.237-73, Release of Sensitive Information. NFS 1852.245-76 List of Government Property Furnished Pursuant to FAR 52.245-1(Deviation) (Sept 2007). All contractual and technical questions about this solicitation must be in writing(e-mail only) to: Marianne.Shelley@nasa.gov not later than Friday, July 2, 2010, 12:30 PMPacific Time. Telephone questions will not be accepted.Selection and award will be made to the offeror or group of offerors whose offer(s) willbe most advantageous to the Government, with consideration given to the followingevaluation factors: (1) Proposed technical merit: An evaluation of the technical capability of the offeredCRuSR vehicle to meet the requirements of the SOW as documented by information submittedwith the proposal package, including the Government's evaluation of previous test flightdata for the vehicle proposed by the offeror (indicate when and where testing occurred),evaluation of supporting documentation of each vehicle's capabilities, and evaluation ofthe intended commercial operation of each vehicle.(2) Schedule: An evaluation of the offeror's proposed date of earliest available firstflight service, and its schedule for subsequent test flights, including the time requiredbetween flights, to carry the NASA payloads.(3) Price: An evaluation of the reasonableness of the quoted price for each test flightof the vehicle, the price per kilogram of payload capacity, and the price for requireddocumentation. Other critical requirements: the current status of the offeror's FAA licensure foroperation of the the proposed launch vehicle and test flights, the facilities andaccommodations provided by the offeror at the launch site, and the offerors pastperformance, experience, and capabilities of key personnel to provide these servicesshall be considered. It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(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=21. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10343615Q-AMD/listing.html)
 
Record
SN02182651-W 20100620/100618235308-0c644509bcacf3dcb91ac50955432eee (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.