Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2013 FBO #4367
SOLICITATION NOTICE

V -- FLIGHT SERVICES FOR DESCENT AND LANDING TESTBED VEHICLES

Notice Date
11/6/2013
 
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 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA14494779Q-AMD
 
Response Due
11/22/2013
 
Archive Date
11/6/2014
 
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 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. <p> This notice is being issued as a Request for Quotations (RFQ)] for FLIGHT SERVICES FOR DESCENT AND LANDING TESTBED VEHICLES. <p> NASA/ARC has a requirement for the acquisition of commercial flight services to fly technology payloads on propulsively controlled vertical landing rockets that accommodate both open-loop flight and closed-loop flight with the payload in the guidance, navigation, and control loop of the vehicle. The NASA Space Technology Mission Directorate (STMD) Flight Opportunities Program (hereafter the Program) works towards maturing the flight readiness of crosscutting technologies that advance multiple future space missions. The Program acquires commercial flight and payload integration services to fly technology payloads on missions to help achieve the goals of the STMD. A specific component of this effort is the testing of innovative technologies that require flight on propulsively controlled vertical landing rockets, including closed-loop flight with the payload in the guidance, navigation, and control loop of the vehicle. This requirement was not initially anticipated by the Program but has subsequently received interest for testing technologies for use during the entry, decent, and landing phase of a space mission and other applications. To meet the objectives for testing these technologies, the Program intends to acquire flight services on vehicles that mimic the relevant environment needed for these new testing requirements.The relevant environment specifically sought in this solicitation is flight on board, and in control of, a propulsively controlled rocket during hovering, cross range and down range translation, and vertical landing maneuvers. <p> NASA ARC anticipates award of one or more Indefinite Delivery Indefinite Quantity (IDIQ) commercial contracts in accordance with FAR 16.504 and 12.207(c)(1) under which firm fixed price task orders for flight services will be issued. The total of all task orders issued under this contract will not exceed $2.5M. The period of performance for issuance of task orders is two years from date of contract award. FAR 52.216-27 Single or Multiple Awards is applicable to this solicitation. <p> The Statement of Work entitled, 'Flight Services for Descent and Landing Testbed Vehicles is attached to this combined synopsis/ solicitation, and it includes a Price List for Standard and Non-Standard Services to be submitted by offerors. <p> The provisions and clauses in the RFQ are those in effect through FAC 2005-70. <p> This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are are 481212 and 1,500 employees, respectively. The offeror shall state in their offer their size status for this procurement. <p> All responsible sources may submit an offer which shall be considered by the agency. <p> FAR 52.204-7 System for Award Management is applicable to this solicitation. Offerors must be currently registered in the System for Award Management (SAM) - (www.sam.gov). <p> Offers for the services described above are due by 2:00PM Pacific Time on November 22, 2013 to Marianne.Shelley@nasa.gov and must include, solicitation number, FOB destination to this Center, 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. <p> Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. <p> Specific requirements for quotation content shall be organized in the following order and include the following information: I.Technical Section (no more than 20 pages) A.Proposal must include information that demonstrates offerors proven capability to provide regular, commercial open-loop and closed-loop flight services for technology payloads. B.Information that demonstrates that the proposed vehicle meets each of the requirements of the Statement of Work Section 4.1. C.Information that demonstrates the vendor meets each of the General Requirements of Statement of Work Section 4.2. D.Information that demonstrates the vendor meets each of the Flight Requirements of Statement of Work Section 4.3. E.Information that demonstrates the vendor meets each of the Payload Integration Requirements of Statement of Work Section 4.4 F.Information that demonstrates the vendor agrees to all of the data Deliverable Requirements of Statement of Work Section 5. <p> II.Past Performance: (no more than 10 pages) List previous commercial operations that offeror has successfully completed. Customer name/ Agency or Government organization, contract number, dates of performance, Government point of contact (email/ phone number). <p> III.Submit a completed Price List for Standard and non-Standard Services and Milestones Payment Schedule, included with the Statement of Work posted with this RFQ. <p> Selection and award will be made to the offeror(s) whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit and the extent the offeror meets the technical requirements of the Statement of Work, comparison of prices proposed on submitted Price List, and past performance. Other critical requirements: status of offerors current commercial operations and acceptability of proposed flight vehicle for the NASA requirement. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). <p> All contractual and technical questions must be in writing (e-mail only) to Marianne.Shelley@nasa.gov not later than 1:00PM Pacific Time, November 18, 2013. Telephone questions will not be accepted. <p> 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. <p> FAR 52.212-4 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: <p> 52.203-2, Gratuities, (APR 1984 ). 52.203-12, Limitation on Payments to Influence Certain Federal Transactions. (Oct 2010). 52.204-4, Printed or Copied Double-Sided on Recycled Paper, (MAY 2011). 52.216-18, Ordering (OCT 1995), insert from contract award through two years from award. 52.216-19, Order Limitations (OCT 1995), insert $2,000, $1,000,000, $2,000,000, 30 days. 52.216-22, Indefinite Quantity, (OCT 1995). 52.217-2, Cancellation Under Multi-Year Contracts, (OCT 1997). 52.217-9, Option to Extend the Term of the Contract, (MAR 2000), insert 15 days of the end of the contract, 30 days, 5 years. 52.227-14, Rights in Data General, (DEC 2007). 52.227-16, Additional Data Requirements, (JUN 1987). 52.233-3, Protest After Award (AUG 1996). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). NFS 1852.216-80, Task Ordering Procedure, (OCT 1996). NFS 1852.219-76, NASA 8 Percent Goal, (JUL 1997). <p> NFS 1852.223-72 Safety and Health (Short Form), (APR 2002). NFS 1852.223-75 Major Breach of Safety or Security (FEB 2002) (Alternate I)(FEB 2006). NFS 1852.225-70 Export Licenses (FEB 2000), insert NASA Ames Research Center. NFS 1852.227-14 Rights in DataGeneral (DEC 2007). NFS 1852.237-73 Release of Sensitive Information (JUN 2005). NFS 1852.245-72 Liability for Government Property Furnished for Repair or Other Services (JAN 2011). <p> FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: <p> 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013). 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011). 52.219-8, Utilization of Small Business Concerns (Jul 2013). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013). 52.222-3, Convict Labor (June 2003). 52.222-19, Child LaborCooperation with Authorities and Remedies (Mar 2012). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007). 52.222-35, Equal Opportunity for Veterans (Sep 2010). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). 52.222-37, Employment Reports on Veterans (SEP 2010). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010). 52.222-50, Combating Trafficking in Persons (Feb 2009). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-1, Buy American ActSupplies (Feb 2009). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (Jul 2013). <p> The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html <p> The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm <p> Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. <p> NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. <p> 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/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). <p>
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14494779Q-AMD/listing.html)
 
Record
SN03228973-W 20131108/131106233728-6e11f09a0f467ec07cf750948d20c91b (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.