Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOLICITATION NOTICE

16 -- Volatiles Investigating Polar Exploration Rover (VIPER) Direct Field Acoustic Testing

Notice Date
10/27/2021 1:08:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC022R0001
 
Response Due
11/12/2021 1:00:00 PM
 
Archive Date
11/27/2021
 
Point of Contact
Seliste Acres, Phone: 2812440702, Jerry G. Meeks Jr., Phone: 2812448870
 
E-Mail Address
seliste.c.acres@nasa.gov, jerry.g.meeks@nasa.gov
(seliste.c.acres@nasa.gov, jerry.g.meeks@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This notice is being issued as a Request for Proposal (RFP) under�solicitation number 80JSC022R0001�for vibroacoustic test expertise to�perform Protoflight acoustic testing of the Volatiles Investigating Polar Exploration Rover (VIPER) flight unit, in the�Launch/Transit configuration using mature DFAT technology. See attached�Statement of Work (SOW). The provisions and clauses in the RFP those in effect through FAC 2021-07. This acquisition is Total Small Business Set-Aside. The NAICS Code and Size Standard are 541380 and $16.5M, respectively.�The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by�the agency. Delivery to NASA Johnson Space Center (JSC) 2101 NASA Parkway Houston ,TX 77058 shall be on or before March 2023.�� Offers for the items(s) described above are due by Friday, November 12,�2021 by 3:00 PM Central Time to Seliste Acres at seliste.c.acres@nasa.gov�and Jerry Meeks at jerry.g.meeks@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:https://www.gsa.gov/forms-library/solicitationcontractordercommercial-items. The following clauses and provisions are incorporated; full text of the�clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1,�Instructions to Offerors-Commercial Items, (Sep 2021) 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. FAR 52.212-2, Evaluation � Commercial Items, (OCT 2014) The Government�will award a contract resulting 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 are in descending order of importance and shall be used�to evaluate offers: Past Performance Technical Approach Price Schedule Past Performance that demonstrates the offeror�s ability and likelihood to successfully complete contract requirements will be rated more highly than past performance that does not. Documentation must be provided in order to be considered. Past performance information is limited to one (1) page per contract or reference and three (3) contracts/references total. The following information shall be provided: Contract number, cage code, NAICS code, and DUNS number (if other than the prime, provide the prim�s contract number and the offeror�s cage code and DUNS number) Contract value (If other than the prime, provide the overall contract value and the subcontract contract value) Offerors shall demonstrate past experience in all areas of the Statement of Work by submitting information on similar work performed in the last there (3) years from the date of the solicitation. References with Government contracts are preferred, but not required. Offerors with no past performance experience shall so state. A Technical Approach that is more likely to exceed requirements will be rated higher than a Technical Approach that is only likely to meet requirements or unlikely to meet requirements. Price evaluation factor will be evaluated by reasonableness of total price. NOTE: Attachments A through D and the SOW have an Export Administration Regulation (EAR) determination of EAR 99 or EAR Controlled or ITAR Controlled. Therefore, download of these documents won�t be permitted unless the requester has been cleared through the Contracting Officer. In addition to requesting access to these documents in SAM.gov, an email must be sent to the Contracting Officer, Seliste Acres @ seliste.c.acres@nasa.gov in accordance with the instructions listed below: OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT: Individuals requesting access to the export controlled scientific and technical information must provide the following information to the Contracting Officer through an authorized manager of their company�s Security or Human Resources Offices.� That authorized individual shall verify that the information provided to NASA is correct, complete, and accurate.� Companies are responsible for ensuring their compliance with all U.S. export regulations: Full Company Name: Company Address Is this a corporation, business association, partnership, society, trust, or any other entity, organization or group that is incorporated to do business in the United States? Yes [� ]�� No [� ] Commercial and Government Entity (CAGE) Code Company Security or Human Resources Point of contact(s) providing/verifying� information about the individual requesting access Name and Title Phone Number e-mail List the names of all individuals requesting access to the export controlled data including: Name the� individual named above� is [� ] or is not [� ] a U.S. person� as defined in Title 22, Code of Federal Regulations, Section 120.15 If the individual is not a U.S. person what is their citizenship? _________ ALTERNATE 6b:� Citizenship:� �Specify Citizenship [� ] Non-U.S. Persons must list any other countries to which individual claims citizenship __________ List Place of Birth: _______________ All foreign nationals from designated countries covered by a Programmatic Technology Transfer Control Plan (P-TTCP) or requiring access to export controlled information are required to have an Individual Technology Transfer Control Plan (I-TTCP) with a Non-Disclosure Agreement (NDA).� Foreign nationals from non-designated countries requiring access to export-controlled information covered by a P-TTCP are required to comply with the International Partner or Foreign National Certification contained in the P-TTCP.� Point of Emphasis: The Company is responsible for ensuring compliance with the export regulations. Points of Contacts: Organization Export Control Representative if assigned. Companies shall provide the information stated in the synopsis/solicitation. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (Feb 2021) Alt I (Oct 2014) or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (Oct 2018) are incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (Sep 2021) is applicable and the following identified clauses are incorporated by reference. NASA Clause 1852.215-84, Ombudsman (Nov 2011), is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).���������� All contractual and technical questions must be submitted electronically via email to Seliste Acres at seliste.c.acres@nasa.gov and Jerry G. Meeks Jr. at jerry.g.meeks@nasa.gov not later than Tuesday, November 2, 2021 by 3:00 PM Central Time. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than Friday, November 12, 2021 by 3:00 PM Central Time. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFP shall result in the proposal being considered late, and shall be handled in accordance with, FAR 52.212-1 Instructions to Offerors - Commercial Items (Sep 2021).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/784d342213854285be97550429b9c99f/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06165644-F 20211029/211027230108 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.