Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2021 SAM #7300
SOLICITATION NOTICE

A -- DRAGONFLY PARACHUTE DECELERATOR SYSTEM

Notice Date
11/24/2021 12:39:29 PM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
 
ZIP Code
23681
 
Solicitation Number
80LARC22R0001
 
Response Due
12/8/2021 11:00:00 AM
 
Archive Date
03/31/2022
 
Point of Contact
Alicia Kelly-Eslinger, Phone: (757) 864-7589, Fax: N/A, Holly Prinzel, Phone: (757) 864-9146, Fax: N/A
 
E-Mail Address
alicia.m.kelly-eslinger@nasa.gov, holly.d.prinzel@nasa.gov
(alicia.m.kelly-eslinger@nasa.gov, holly.d.prinzel@nasa.gov)
 
Description
You are invited to submit a proposal in response to the National Aeronautics and Space� Administration (NASA) Langley�s Dragonfly Parachute Decelerator Subsystem (PDS) solicitation. �The�principal purpose of this requirement is to provide the design, fabrication and delivery and data�associated with the PDS. NASA will conduct this acquisition as a full and open competition. �The North American Industry�Classification System (NAICS) code for this acquisition is 541715 and the small business size�standard is 1,000. This competitive acquisition will result in a Cost-Plus-Fixed Fee (CPFF) contract. The contract�will have a total potential period of performance of four and one half years (4.5) years. The anticipated contract award date is 11 February 2022 with a 14 February 2022 contract effective�date. The contract will be performed primarily offsite at the Contractor�s facilities; however� onsite access to NASA Langley, Johnson and Ames may be required. Potential offerors should pay close attention to all solicitation instructions; however, the�following requirements list is summarized to assist in proposal development. �Please note that this�list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and�M take precedence: 1. � The Government will make available existing Installation-Accountable Government Property�(IAGP) for onsite contract performance [and Government Furnished Property (GFP) for offsite use at�the Contractor�s facility as described in the RFP]. 2. � NASA has determined that this acquisition may give rise to a potential organizational conflict�of interest (OCI). �Offerors should refer to clause H.8 57.227-96, Organizational and Personal�Conflicts of Interest, as well as Attachments 4 and 5 for instructions relating to OCI.�Additionally, this solicitation includes NASA clause 1852.237-72 Access to Sensitive Information� and 1852.237-73, Release of Sensitive information relating to OCIs. 3. � NASA Langley appreciates the comments received in response to the release of the Draft RFP. �These comments resulted in improvements to the quality and content of the overall RFP. �Offerors�should review the RFP in its entirety, as its content has changed from the Draft RFP version. 4. � Be advised, in accordance with provision L.20(f) Offerors need to encourage their references�to submit their Past Performance Questionnaires directly to the Contracting Officer prior to�proposal due date. 5. � Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the�corporate address submitted with its proposal. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1,�INSTRUCTIONS TO OFFERORS�COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract without�discussions. In order to control and protect sensitive data owned by the Government and its Contractors, NASA� policy required all acquisition-related documents be released in Adobe Portable Document Format�(PDF), excluding the RFP�s Attachment 1-Cost Forms. The Offeror�s Cost or Price Proposal Volume�shall include completed exhibits in Microsoft Office Excel format with working cell formulas. Documents related to this acquisition, including this letter, the solicitation, attachments,�exhibits, any amendments and links to online reference/technical/bidders library will be attainable�electronically from the World Wide Web through the Government-wide point of entry website at�www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) clause 1852.215-84, OMBUDSMAN, is applicable. �The Center Ombudsman for�this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. This RFP does not commit NASA Langley to pay any proposal preparation costs, nor does it obligate�NASA Langley to procure or contract for these services. �This request is not an authorization to�proceed, and does not authorize payment for any charges incurred by the offeror for performing any�of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than 03 December 2021 at�2:00 PM ET. Proposals for this solicitation are required to be submitted through NASA�s Enterprise�File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA�s�EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Submission of�Proposals � Proposal Marking and Delivery� which provides instructions related to the submission of�proposal via EFSS Box. �Offerors are encouraged to check with their corporate IT staff to determine�if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA�s EFSS Box. In accordance with NFS 1815.201(f), a �Blackout Notice� has been issued to NASA personnel.All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to Alicia Kelly-Eslinger, Contracting Officer, at alicia.m.kelly-eslinger@nasa.gov on or before 19�November�2021 at 2:00 PM ET. Offerors are encouraged to submit questions as soon as possible for consideration. Thank you for your support. We look forward to receiving your proposals. UPDATE Amendment 01 -- 09 November 2021: Additional documents uploaded in support of the Dragonfly PDS solicitation. UPDATE -- 16 November 2021: Due to the addition of supplemental information uploaded on 09 November 2021, an extension to the question due date is being incorporated as follows:�All questions regarding this RFP should be submitted in writing, electronically to Alicia Kelly-Eslinger, Contracting Officer, at alicia.m.kelly-eslinger@nasa.gov on or before 19�November�2021 at 2:00 PM ET. Offerors are encouraged to submit questions as soon as possible for consideration. UPDATE Amendment 02 -- 24 November 2021: �As a result of the questions submitted by industry, the Government is incorporating a revised base solicitation, updated copies of Exhibits A&B as well as the final question responses. An extension to the proposal due date is included through�08 December 2021 at 2:00 PM Eastern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e35c934f3e454c7fb2a31d8d67212a99/view)
 
Place of Performance
Address: Hampton, VA 23681, USA
Zip Code: 23681
Country: USA
 
Record
SN06184985-F 20211126/211124230117 (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.