|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1998 PSA#2229NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 A -- MICROGRAVITY RESEARCH, DEVELOPMENT AND OPERATIONS CONTRACT
(MRDOC) SOL 3-094978 DUE 020299 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. This synopsis is
for the release of the final RFP for MRDOC. 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 utilize Firm Fixed Price
(FFP), Fixed Price Incentive (FPI), and Cost-Plus Incentive Fee(CPIF)
contract structures for both completion and Indefinite
Delivery/Indefinite Quantity (ID/IQ) contract 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 nvestigator 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 97-6. The Government does not intend to acquire a
commercial item using FAR Part 12. See Note 26. The SIC Code and Small
Business Size Standard are 8731 and 1000 employees, respectively. The
DPAS rating for this procurement is DO-C9. The anticipated release
date of the final RFP is on or about December 4, 1998 with proposals
due on or about February 2, 1999 and contract award on or about May 1,
1999. 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 FPI effort with funding
estimated at $92 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
the ongoing 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. FPI and CPIF
delivery orders will be used when requirements are not fully defined.
FFP delivery orders will be used for orders with firm requirements.
Exhibit 2 funding estimated at $64.6 million 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 may be numerous and repetitive. The ordering mechanism will
be delivery orders where the nature and complexity of the effort will
be defined and deliverables specified. FPI and CPIF delivery orders
will be used when requirements are not fully defined. FFP delivery
orders will be used for orders with firm requirements. Exhibit 3
funding estimated at $52.8 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 -- $92M EXHIBIT 2 -- $64.6M EXHIBIT 3 -- $52.8M (40% of
Exhibit 3 set-aside for 8(a)). TOTAL $209.4M 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". Please be
advised that a reading room is currently available in the Developmental
Engineering Building (DEB) Building 500 in room 1303. The reading room
has all solicitation and appropriate supporting documents. Hours of
operation are from 8:00 am to 4:30 pm daily until closing date of the
RFP. Hard copies of any of the applicable documents in the reading room
or on the web pages will be available for reproduction at the Kinko's
office in North Olmsted. Instructions for obtaining the applicable
documents including the cost of reproduction will be included in the
Request For Proposal. The solicitation and any appropriate supporting
documents related to this procurement will be available over the
Internet. 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.html. Posted 11/23/98 (D-SN273872).
(0327) Loren Data Corp. http://www.ld.com (SYN# 0001 19981125\A-0001.SOL)
A - Research and Development Index Page
|
|