|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 A -- MICROGRAVITY RESEARCH, DEVELOPMENT AND OPERATIONS CONTRACT
(MRDOC) SOL 3-094978 DUE 111198 POC Kurt R. Brocone, Contract
Specialist, Phone (216) 433-2884, Fax (216) 433-5489, Email
Kurt.R.Brocone@lerc.nasa.gov WEB: Click here for the latest information
about this notice, http://nais.nasa.gov/EPS/LeRC/date.html#3-094978.
E-MAIL: Kurt R. Brocone, Kurt.R.Brocone@lerc.nasa.gov. NASA/LeRC plans
to issue a Request for Proposal (RFP) for microgravity flight hardware
development and operations. The procurement will successfully fulfill
near-term flight hardware delivery requirements encompassing the
ability to manage and execute flight hardware development,integration
and operations of Lewis Research Center (LeRC)Fluids and Combustion
Microgravity Science Program for all space flight carriers (Shuttle,
International Space Station (ISS), sounding rockets etc.) Specifically,
this will include development of the Fluids and Combustion Facility
(FCF) hardware for ISS, FCF mission integration and planning function,
FCF increment engineering, execution, system/sustaining engineering
functions, and development and operation of Principal Investigator
(PI)flight hardware. The proposed contract will take the form of a
fixed price performance based hybrid contract consisting of fixed price
completion and fixed price and cost-plus incentive fee Indefinite
Delivery/Indefinite Quantity (ID/IQ) elements. The proposed period of
performance consists of a base period of five (5) years with three (3)
one-year option periods. This is an unrestricted procurement with a
partial 8(a) set aside. A separate but concurrent competitive 8(a) set
aside is contemplated to also be awarded from this RFP consisting of
a minimum of 40% of the Principal Investigator flight hardware
development. The unrestricted portion of the procurement will include
specific goals for Small Business (SB) of 40%, of which at least 15% is
reserved for Small Disadvantaged Business (SDB) and at least another
10% is reserved for Women-Owned Business (WOB) participation. The
provisions and clauses in the RFP are those in effect through FAC 97-5.
The Government does not intend to acquire a commercial item using FAR
Part 12. See Note 26. The SIC Code and Size Standard are 8731 and 1000
employees, respectively. The DPAS rating for this procurement is
DO-C9. The anticipated release date of a draft RFP is on or about
September 4, 1998 with an anticipated release date of the final RFP of
on or about October 23, 1998 with proposals due on or about December
4, 1998. The MRDOC industrial briefing has been scheduled for September
22, 1998. This procurement can be summarized with the following three
exhibits: EXHIBIT 1: ISS Fluids and Combustion Facility which consists
of facility development and build for the Combustion Integrated Rack
(CIR), Shared Accomodation Rack (SAR) and the Fluids Integrated Rack
(FIR) and associated ground support equipment. Exhibit 1 will allow for
a completion type statement of work under a firm fixed price effort
with funding estimated at $94.8 million for 5 years. There is no option
work for Exhibit 1. EXHIBIT 2: ISS Operations including planning,
integration, flight execution, training, sustaining engineering.
Includes FCF operations and Telescience Support Center(TSC) development
and operation.The initial known effort will be priced as part of
Request For Proposal (RFP) 3-094978. The outyear effort will be
determined by theongoing number of experiments and their requirements
for operation as listed under Exhibit 3. Additionally, any FCF upgrades
that are required to the core facility will be implemented under
Exhibit 2. The ordering mechanism will be performance based Indefinite
Delivery/Indefinite Quantity (ID/IQ) delivery orders. Delivery orders
anticipated to be Firm Fixed Price (FFP) and Cost Plus Incentive Fee
(CPIF) for delivery orders requiring definition. Exhibit 2 funding
estimated at $63.2 for the basic five years and $45 million for the
three one-year option periods. EXHIBIT 3: Prinicpal Investigator (PI)
Specific Hardware Development where the number and nature of the
science payloads are evolving and the PI experiments maybe numerous and
repetitive. The ordering mechanism will be delivery orders where the
nature and complexity of the effort will be defined and deliverables
specified. CPIF delivery orders will be used when requirements are ill
defined. FFP delivery orders will be used for defined requirements.
Exhibit 3 funding estimated at $54.3 million for the basic five years
and $43 million for the three one-year option periods. Exhibit 2 and
Exhibit 3 will contain Min/Max provisions at 10%/150% for the Basic
Contract and Options. A summary of the funding profile is as follows:
BASE (5 YEARS) EXHIBIT 1 -- $94.8M EXHIBIT 2 -- $63.2M EXHIBIT 3 --
$54.3M (40% of Exhibit 3 set-aside for 8(a)). TOTAL $212.3M THREE
ONE-YEAR OPTION PERIODS EXHIBIT 1 -- $0 EXHIBIT 2 -- $45.0M EXHIBIT 3
-- $43.0M (40% of Exhibit 3 set-aside for 8(a)). TOTAL $88.0M All
qualified responsible sources may submit a proposal which shall be
considered by the agency. An ombudsman has been appointed. See Internet
Note "B". The solicitation and any appropriate supporting documents
related to this procurement will be available over the Internet and a
Reading Room will be available at NASA Lewis Research Center. These
documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or
PowerPoint 4.0) format and will reside on a World-Wide Web (WWW)
server, which may be accessed using a WWW browser application. The WWW
address, or URL of the NASA/LeRC Business Opportunities page is
http://procurement.nasa.gov/EPS/LeRC/class.html. Prospective offerors
shall notify this office of their intent to submit an offer. It is the
offeror's responsibility to monitor the aforementioned Internet site
for the release of the solicitation and amendments (if any). Potential
offerors will be responsible for downloading their own copy of the
solicitation and amendments (if any). Any referenced notes can be
viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm.
Posted 08/20/98 (D-SN239962). (0232) Loren Data Corp. http://www.ld.com (SYN# 0002 19980824\A-0002.SOL)
A - Research and Development Index Page
|
|