Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
MODIFICATION

76 -- OPERATIONAL HISTORY OF THE HUBBLE SPACE TELESCOPE

Notice Date
6/25/2014
 
Notice Type
Modification/Amendment
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG14500087Q
 
Response Due
7/18/2014
 
Archive Date
6/25/2015
 
Point of Contact
Tamika R Seaforth, Simplified Acquisition Spec, Phone 301-286-8386, Fax 301-286-1773, Email Tamika.R.Seaforth@nasa.gov
 
E-Mail Address
Tamika R Seaforth
(Tamika.R.Seaforth@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. NNG14500087Q TO THE COMBINED SYNOPSIS/RFQ FOR OPERATIONAL HISTORY OF THE HUBBLE SPACE TELESCOPE.Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is to revise original RFP as follows: 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. This notice is being issued as a Request for Proposal (RFP). The contractor shall research, collect documents, create an archival collection suitable for immediate transfer to NASA upon completion, conduct oral histories, and prepare several historical products on this subject suitable for a general audience but adhering to accepted standards of historical scholarship. The main purpose of this contract is to produce a manuscript that documents the history of the Hubble Space Telescope (HST) from launch through the present. This is considered a follow-on book, in the same style and level of detail, as that produced by Robert W. Smith, The Space Telescope A Study of NASA, science technology, and politics. That book recorded the history of HST in detail, from its conception through its design and development, up through its launch into low earth orbit in April, 1990. CONTRACTOR PRODUCTS/DELIVERABLES: This project shall result in the following major categories of products: 1. Archives: the contractor shall collect, organize, and maintain for use by NASA management and other researchers a collection of historically significant key documents that will become a permanent record of the actions of the program. This material shall serve as a basis for the preparation of the historical products discussed below and upon completion shall be made a part of the permanent record of the National Aeronautics and Space Administration. This collection of key documentary sources, especially private papers and those not a part of the federal records management system, and their placement in a single government repository is a critical component of this effort. These materials will become useful in providing essential information for present-day historians, the interested public, and present-day policy makers, as well as for future generations of individuals interested in the subject. The major tasks of this aspect of the work include: Archival Preservation: Contractor shall search for, access, preserve, and make available historically significant documents and electronic materials associated with the origins and conduct of this observatory as needed for the production of the history monograph. During the course of this effort, the offeror must provide control over the holdings of this special collection. The offeror shall ensure coherency of the collection during the period of the effort. This collection includes documents, schematics, drawings, still photographs, motion pictures, and videos. The entirety of the collection is to be turned over to NASA for final archival. Finding Aids: Contractor shall inventory and index file folders, reports, and publications (books) in this collection. The contractor shall also be responsible for imaging key documents in the collection into an archival retrieval system for permanent preservation. 2. Oral histories: the contractor shall conduct interviews with key personnel involved in the HST program. These shall provide honest, first-hand accounts of the development of the discipline and NASAs role in it. All oral histories shall be transcribed, edited, and made available after the interviewee, in keeping with the standard practices of oral historians, has signed a release (provided by the government). These materials shall also be made available to provide essential information for present-day historians, the interested public, and policy makers, as well as for future generations of individuals interested in the subject. 3. Images for the manuscript shall be delivered in full-size, high-resolution (300 dpi scan at a minimum of 5 inches wide or comparable resolution at original size) graphics files in JPEG or PNG file formats. These images are to be delivered as separate files, not integrated into the electronic manuscript files. Directions on how to indicate the placement of images in the manuscript are included in the NASA History Program Style Guide http://history.nasa.gov/styleguide.html ). The contractor shall be responsible for collecting appropriate images and obtaining the relevant permission to use them. Permissions are to be documented on release forms (provided by the government) from the appropriate person or organization and will be submitted along with the graphics files. All NASA images will be identified by their NASA image number. Print versions of the work will only contain a limited number of black and white images. Electronic versions may be illustrated more completely in full color. Therefore, the contractor shall provide color images when available, and the contractor is to provide supplemental images and audio/video files that might be used in electronic versions of the work. 4. Publications: contractor shall also disseminate historical knowledge about the program, science efforts, knowledge gained, and legacy of HST through published works. These products shall include, but are not limited to the following: Two scholarly articles for academic journals analyzing the history of HST operations. A chronology that captures the key events of the HST operational history. A formal, scholarly history (i.e., the monograph) of the operational history of HST to be published as a NASA Special Publication in the NASA History Series, the New Series in NASA History at the Johns Hopkins University Press, or by another publisher mutually agreed to by all parties. This will be the last deliverable in the contract. This volume should begin with an introduction that explains the purpose and scope of the book as well as its contents, describes the method of research and the parameters of study, and presents in an introductory manner the major themes considered in the work. The book should be organized chronologically, with each chapter developing major themes in the history of the subject. All writing should be in accordance with acceptable scholarly, literary, and methodological standards as established by the NASA History Office and reflected in earlier NASA history publications and the NASA style guide. Reference notes in this narrative should appear in proper academic style as established in the above and in the Chicago Manual of Style. A list of new or special terms and acronyms shall be included in a glossary and explained when first appearing in the text. Statistical material shall be organized in a readily understandable format. A bibliographical essay shall accompany the volume, as will an index prepared by the author after the manuscript reaches the page proof stage. Appendices will be included as appropriate. The author(s) will be expected to deliver electronic files containing the text of the final manuscript in Microsoft Word for PCs or some other mutually agreed upon word processing standard. The finished manuscript must reflect extensive prior research of NASA records, scientific journals, reputable news sources, personal paper collections, interviews, and, as appropriate, public and private archives. Should any previously unknown archival material be located during the course of completing this work, it should be cited and thus made known to future researchers. Citation guidance and examples can be found in the NASA History Program Style Guide. Original research materials that are not readily available from other libraries and archives, including any oral history interview recordings and transcripts (and their requisite release forms), collected during the project shall be archived with the papers of the project, forming a coherent collection other researchers can use for future histories. The contractor shall submit written progress reports of at least 300 words by electronic mail to the contract project manager each quarter, beginning one month after the award of the contract. The contractor will submit invoices to the NASA contract center as directed. The contractor shall provide all other deliverables to the contract project monitor on the milestone dates established in the contract. The contractor shall turn in a draft version of the manuscript for review by the Project that is intellectually rigorous and reflects a clear and concise synthesis of the major themes of HST operational history. The manuscript deliverable will come in the form of electronic files prepared according to the directions contained in the NASA History Program Style Guide. The Style Guide includes mandatory instructions regarding the formatting of text in Microsoft Word files using the style palette (not the formatting toolbar). The delivery schedule is detailed in the following table: Deliverables Contract Year 1 3 Months 1. 1st Progress report 6 Months 2. 2nd Progress report 3. Outline of monograph 4. Research plans 5. Preliminary bibliography 9 Months 6. 3rd Progress report 7. Interview transcripts 12 Months 8. 4th Progress report 9. Interview transcripts Contract Year 2 15 Months 10. 5th Progress report 11. Interview transcripts 12. Archival material status report 13. Draft chapters of first third of manuscript 18 Months 14. 6th Progress report 15. Interview transcripts 16. Draft chapters of middle third of manuscript 21 Months 17. 7th Progress report 18. Draft chapters of final third of manuscript 19. Graphics plan 24 Months 20. 8th Progress report 21. Archival material status report Contract Year 3 27 Months 22. 9th Progress report 23. Revised chapters of first half of manuscript 30 Months 24. 10th Progress report 25. Revised chapters of remainder of manuscript 33 Months 26. 11th Progress report 27. Complete manuscript acceptable for final critique 36 Months 28. Final report 29. Final manuscript acceptable for publication 30. All interview transcripts 31. All documents used in preparing work NOTE: Milestone Payments will be made quarterly based upon receipt and acceptance of the above deliverable(s) for that period. The selected contractor must invoice in order for payment to be processed. The provisions and clauses in the RFP are those in effect through FAC 2005-72 The NAICS Code for this procurement are 511120 The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASAs GSFC is required within 3 years ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by July 18, 2014 to Tamika.R.Seaforth@nasa.gov and must include, 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 authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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. The offerors technical section of the proposal shall be limited to 20 pages. Any required pages beyond the technical section, such as, the budget section including its basis of estimate, and the references shall be separate sections and will not be counted against the 20 page limit. FAR 52.212-4 (MAY 2014), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (MAY 2014), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-28, 52.222-21, 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33. In addition, the following clauses are further incorporated by reference: 52.227-14 Rights in Data General (MAY 2014) Alternate II (DEC 2007); 52.227-17 Rights in Data Special Works (DEC 2007) The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing via email to Tamika.R.Seaforth@nasa.gov no later than July 9, 2014. Telephone questions will NOT be accepted. The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical and past performance, are significantly more important when combined and compared to price. Technical Merit Proposal The Government will assess the offerors ability to meet all the requirements of this solicitation. Understanding the Requirement:The offeror must include a discussion of its plan for meeting the requirements of the contemplated delivery order. The response shall be specific, detailed, and complete enough to clearly and fully demonstrate that the proposer understands the requirements and the inherent problems associated with the objectives of this procurement. The offeror shall describe, in detail, how the requirements will be met in a professional and timely manner. Stating that you understand and will comply with the specifications, or paraphrasing the specifications is inadequate as are phrases such as Standard Procedures will be employed and Well known techniques will be used. Offerors shall describe their approach to ensure quality control throughout each of the areas of the requirement and discuss the techniques, procedures, and mechanisms to be used to ensure timeliness and completeness throughout the overall effort. Past Performance The Government will assess the offerors past performance based on content, relevancy (within the past ten years), and complexity. Types of past performance shall include but not be limited to curriculum vitae or resume, including a full list of publications, and letters of recommendation. Sources of information may be provided at the offerors discretion, as well as any other information available (such as but not limited to CPARS, evaluator knowledge, customer interview, etc.) Price Proposal The proposed price will be assessed to determine reasonableness. The proposed price shall include a detailed cost plan including breakdowns for salaries, travel (showing how many trips likely would be made to which specific locations and the associated costs), supplies, and any other relevant categories. The total proposed price, including pertinent detailed price elements will be presented to the Selection Official. This factor is used to determine the reasonableness of the offerors proposed price and will be considered in the selection for award. 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. 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/p ub_library/Omb.html. 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). THE DUE DATE FOR RECEIPT OF OFFERS is JULY 18, 2014. Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS). Documents related to this procurement are available over the Internet. These documents reside on a World Wide Web (WWW) server which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG14500087Q/listing.html)
 
Record
SN03405688-W 20140627/140625234810-dcef1c0ae6f303a97135abde7cbec767 (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.