Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

15 -- Mechanical Systems Structural Analysis Support Services

Notice Date
7/1/2024 9:19:43 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA MANAGEMENT OFFICE -- JPL PASADENA CA 91109 USA
 
ZIP Code
91109
 
Solicitation Number
ARG-2664-05232024
 
Response Due
7/25/2024 3:00:00 PM
 
Archive Date
07/26/2024
 
Point of Contact
Angela Glenore, Phone: 818-354-8244
 
E-Mail Address
Angela.R.Azevedo@jpl.nasa.gov
(Angela.R.Azevedo@jpl.nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Jet Propulsion Laboratory (JPL) invites your organization to submit a written Cost Type proposal in conformance with the instructions contained in this letter and its enclosures, which comprise the RFP for JPL�s acquisition of the subject effort. This is a Small Business Set Aside per Attachment A-6. This RFP does not commit JPL or the Government of the United States to pay any costs incurred in submitting your proposal. Proposers participate in this RFP process solely at their own risk and expense.� JPL reserves the right to cancel this RFP and to reject any or all proposals. For small businesses participating in this RFP, the APEX Accelerators can provide guidance to small businesses in Government Contracting and other free services such as counseling, training, workshops, etc.� APEX website: www.apexaccelerators.us An additional resource for small businesses is the Small Business Development Center (SBDC). The SBDC program is the SBA�s largest small business development program and offer free services as well. SBDC Website: https://pcrsbdc.org/ Please refer to RFP Attachment A-6 �Notice of Small Business Set-Aside.� The North American Industry Classification System (NAICS) code and description for this acquisition is 541330 Engineering Services, Exception 1: Military and Aerospace Equipment and Military Weapons. The size standard for this NAICS code is $47.0M. Additional information can be found here: https://www.sba.gov/document/support-table-size-standards. JPL has not yet received funding to support this acquisition and anticipates, but cannot guarantee, that funding will be forthcoming. This RFP is being issued at this time in order to maintain project schedule and to allow for timely award of a subcontract if the anticipated funding arrives in a timely fashion. Provide your CAGE Code and the name of your cognizant Government Audit Agency (i.e. DCAA, etc.), if any, their phone number and point of contact, and a copy of the letter that indicates their approval of your organization�s direct and indirect rates. Submit your proposal by email to the undersigned. PROPOSERS ARE ADVISED THAT JPL HAS IDENTIFIED MANDATORY QUALIFICATION CRITERIA IN THE RFP GENERAL INSTRUCTIONS.� THE MANDATORY QUALIFICATION CRITERIA ARE TO PROVIDE THE PROSPECTIVE PROPOSER WITH A BASIS FOR DETERMINING WHETHER OR NOT THEY MIGHT MEET THE MINIMUM REQUIREMENTS FOR CONSIDERATION OF AWARD. In compliance with RFP Attachment A-20 Evidence of Adequacy of Accounting System�, if selected for negotiations, at the time of selection the proposer shall provide one or more of the following documents: A Defense Contract Audit Agency (DCAA) accounting system certification. A third-party accounting system certification (e.g., another government agency or prime contractor). A letter from the proposer�s accounting firm stating that the firm approves of the adequacy of the proposer�s accounting system for accumulating costs under a cost reimbursement subcontract. Please note that your proposal is due at JPL no later than July 25, 2024, 3:00 p.m. (Pacific Time). Attachment A-14 �Past Performance� is due June 26, 2024 by 3:00 p.m (Pacific Time). At the time you respond to Attachment A-14, please state in an email if your company has a facility clearance, for information purposes only. �This information will not be considered in the evaluation and selection process. All questions made to JPL after the official RFP release date must be received via email.� The questions and answers will be posted on the RFP website: https://acquisition.jpl.nasa.gov/opportunities/.� The questioner will remain anonymous. This website will contain the RFP and a continually updated set of all questions and answers pertaining to the RFP, in the form of an addendum.�� Failure to provide any of the data requested in this RFP may render the proposal nonresponsive. By no later than June 26, 2024, as a convenience to JPL, provide to the primary point of contact, an email statement that you do or do not intend to submit a proposal. Should you have any questions, please address them to the undersigned by email. Attachments:������ RFP consisting of: Cover Sheet and Table of Contents General Instructions Technical/Management Instructions Cost/Price Instructions RFP Attachments Standard Subcontract consisting of: Standard Subcontract Referenced Exhibits Referenced GPs & AGPs Subcontract Form Set GENERAL INFORMATION Note to all Proposers: Under the JPL/NASA Prime Contract the California Institute of Technology (Caltech) operates the Jet Propulsion Laboratory (JPL). JPL is a Federally Funded Research and Development Center (FFRDC) funded by NASA that conducts research and development in space science and other science areas specified or approved by NASA. See FAR 35.017 for description of FFRDC. JPL is also the name of an unincorporated subdivision of Caltech a private non-profit educational institution chartered under the laws of the State of California. JPL is not an agent of the Government. In connection with research performed under JPL/NASA Prime Contract, JPL is frequently called upon to obtain and evaluate cost or pricing data submitted by subcontractors as required by FAR 15.402, 15.403-4(b) and 15.404-2(a). JPL is authorized to obtain proposal evaluations and rates and factors from either DCMA or the appropriate contract administrative/audit activities as necessary to evaluate a prospective subcontractor�s proposal.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62433b1677fd486db2406dd1b76b4407/view)
 
Place of Performance
Address: La Canada Flintridge, CA 91011, USA
Zip Code: 91011
Country: USA
 
Record
SN07113820-F 20240703/240701230109 (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.