SOLICITATION NOTICE
66 -- 20K - 20W CRYOCOOLER SYSTEM
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG11393585Q
- Response Due
- 9/2/2011
- Archive Date
- 8/2/2012
- Point of Contact
- Wanda B. Moore, Contract Specialist, Phone 301-286-4356, Fax 301-286-0794, Email wanda.b.moore@nasa.gov - Karen M. Place, Contracting Officer, Phone 301-286-6843, Fax 301-286-1720, Email Karen.M.Place@nasa.gov
- E-Mail Address
-
Wanda B. Moore
(wanda.b.moore@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared inaccordance with the information in FAR Subpart 12.6, and Subpart 13.5 using SimplifiedAcquisition Procedures. This announcement constitutes the only solicitation; quotes arebeing requested and a written solicitation will not be issued.The solicitation is beingissued as a Request for Quote (RFQ) and is designated as full and open competition. NASAGoddard Space Flight Center (GSFC), under the Simplified Acquisition Procedures (SAP) ofthe Federal Acquisition Regulations (FAR) Part 13.5 on a fixed price basis, intends topurchase a non-technical requirements for research study of 20K/20W Cryocooler System. The technical requirement for this research study is defined in Technical Specificationfor 20K/20W Cryocooler System. These non-technical requirements include a list ofdeliverables and schedule for delivery.DELIVERABLES:The contractor shall provide the following:1)Kick-off meeting- A kick-off meeting shall be scheduled within a week of contractaward. This meeting shall be held via a teleconference. 2)Preliminary Design - The preliminary design shall be submitted two (2) days before themid-term review, which shall be three (3) months after the contract is awarded. Includedin the preliminary design shall be a paper describing the design of the cryocooler systemmeeting the technical specifications outlined in the Technical Specification for 20K/20WCryocooler System. The paper shall include power and mass budgets. It shall also includea mechanical drawing of the system layout in STEP format. The design shall be presentedto NASA/GSFC at the contractors work site. NASA/GSFC personnel may travel to the site orthis review may be held via a teleconference. If offeror is willing to present onNASA/GSFC site, the cost are at contractors expense and wont be covered by thiscontract. 3)Final Design - A final design shall be submitted two (2) days before the final review,which shall be six (6) months after the contract is awarded. The final design shallinclude an updated version of the preliminary design paper describing the cryocoolersystem to meet the technical specifications outlined in the Technical Specification for20K/20W Cryocooler System. It also must include power and mass budgets. It shall alsoinclude a mechanical drawing of system layout in STEP format. The offeror shall presentthe design to NASA/GSFC at the contractors work site. NASA/GSFC personnel will travel tothe site or this review may be held over a teleconference. 4)Hardware Demonstration - Hardware demonstration shall be performed as proposed in theproposal at the contractors work site at the time of final review. A summary of thedemonstration shall be presented at the final review. NASA/GSFC personnel shall travel tothe contractors work site or this review may be held via a teleconference.5)Monthly Meetings - Progress shall be reported on a monthly basis with NASA/GSFC. Thesereports shall take the form of emails, voice telecons, or a combination of the two,including, but not be limited to progress during the current period, plans for the nextperiod, any issues or concerns and their planned resolution, and overall schedule status.6)Visits to the Contractor Site - NASA/GSFC expects to make no more than two visits tothe contractors work site. An initial visit may be scheduled for the mid-term review,and view the manufacturing facilities. A subsequent visit may be made for the finalreview and hardware demonstration. Place of Performance: All work shall be performed at the contractors site of work. SCHEDULE AND REPORTING REQUIREMENT:Deliverable/Milestones/Due DateKick-off Meeting - Within 1 week of contract awardPreliminary Design Submission - Two(2)days before Mid-term ReviewMid-term Review - Three(3)months after contract awardFinal Design Submission - Two(2)days before Final ReviewFinal Review - Six(6)months after contract awardMonthly progress reports - As described in SOWVisit to contractor work site - As described in SOWHardware Demonstration - As described in SOWEVALUATION CRITERIA:1. The government intends to issue two contracts to the responsible offeror(s) whosequotation represents the best overall value to the government based on technicalapproach, past performance and price. The quotation shall describe the approach toachieve the objectives of the statement of work (attached) in this CombinedSynopsis/Solicitation.The respondent is required to elaborate on the technicalexpertise needed to complete all phases of the contract. The Government will conduct abest value analysis of all responses based on the following criteria:(A) TECHNICAL APPROACH1. Offeror must demonstrate extensive experience and knowledge in clearly address thecapability to achieve technical requirement;2. Offeror must include the current status on the related technology;3. Offeror must include the past experience and performance in similar study;4. Offeror must include a plan of how to meet the milestone of the study; 5. Offeror must include the issues/risks that may cause the study fail; 6. Offeror must include a plan to incrementally increase the technology readiness of asubcomponent of the proposed system hardware; 7. Offeror must include a clear plan of how the system technology will reach TRL 6 by2016. (B) PAST PERFORMANCEAdequate relevant past performance information of at least three previous contracts heldwith Government Agencies or Private Industry, over the past five years. Information mustinclude company names, point of contact, phone number, and subject matter covered. TheGovernment may rely on information contained in its own records, and through referencechecks, Government audit agencies, and commercial sources.(C) PRICEOfferor shall provide a fixed price for the services listed in the Statement of Work inaccordance with the Combined Synopsis/Solicitation. The Government intends to acquire a commercial item using FAR Part 12.Interestedorganizations may submit their capabilities and qualifications to perform the effort inwriting to the identified point of contact not later than 1:00 p.m. EST time on September2, 2011. 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,which is issued as a Request for Quotation (RFQ); quotes are being requested and awritten solicitation will not be issued. Offerors are required to use the On-Line RFQsystem to submit their quote. The On-line RFQ system is linked above or it may beaccessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. Theinformation required by FAR Subpart 12.6 is included in the on-line RFQ. Oralcommunications ARE NOT acceptable in response to this notice.All contractual and technical questions must be submitted in writing via e-mail towanda.b.moore@nasa.govno later than August 19, 2011.All responsible sources may submit an offer which shall be considered by the agency.An Ombudsman has been appointed. See NASA Specific Note 'B'.Any referenced notes may be viewed at the following URLs linked below.ADDITIONAL SOLICITATION INFORMATION: The following provisions of FAR apply: (The full text of a clause may be accessedelectronically at this address: http://www.arnet.gov/far )52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 OfferorRepresentations and Certifications - Commercial Items (Offeror to include a completedcopy of the provision at 52.212-3 and complete Online Representations and CertificationsApplication (ORCA)http://orca.bpn.gov ), and FAR 52.212-4 Contract Terms andConditions - Commercial Items, apply to this acquisition. The Clause at FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders-Commercial Items, applies to this acquisition. Under FAR 52.215-5 paragraph (b),the following additional clauses apply to this acquisition: FAR 52.222-21, Prohibition ofSegregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunityfor Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 AffirmativeAction for Workers with Disabilities; FAR 52.222-37 Employment Reports on DisabledVeterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act--Balance ofPayments Program - Supplies; and FAR 52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG11393585Q/listing.html)
- Record
- SN02518489-W 20110804/110802235109-bd19d9d2c4b6a9f1285332bb52bcbe41 (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 |