|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367NASA/George C. Marshall Space Flight Center, Procurement Office,
Marshall Space Flight Center, AL 35812 A -- STUDY ON THE MODIFICATIONS REQUIRED TO REENGINE THE LOCKHEED D-21
DRONE FOR NASA RBCC ENGINE. SOL 8-1-9-RA-99201 DUE 062999 POC Shirley
Novy Shue, Contract Specialist, Phone (256) 544-0409, Fax (256)
544-6062, Email shirley.n.shue@msfc.nasa.gov -- Walter S. Melton III,
Contracting Officer, Phone (256) 544-0299, Fax (256) 544-4401, Email
walt.melton@msfc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-RA-99201. E-MAIL: Shirley
Novy Shue, shirley.n.shue@msfc.nasa.gov. NASA/MSFC plans to issue a
Request for Quote (RFQ) for a study on the modifications required to
reengine the Lockheed D-21 drone with a NASA Hydrocarbon/LOX Rocket
Based Combined Cycle (RBCC) engine operating in Air Augmented Rocket
(AAR) and Ramjet modes. The study shall result in: 1. A description of
required vehicle modifications, 2. Estimated vehicle performance with
the new engine, 3. Performance required of the engine to achieve the
aforementioned vehicle performance, and, 4. Cost and schedule to
achieve the vehicle modifications. The study should consider a phased
approach whereby the flight envelope from Mach 0 to 6 can be
incrementally demonstrated by the drone. This procurement is being
conducted under the Simplified Acquisition Procedures (SAP). The
Government does not intend to acquire a commercial item using FAR Part
12. See Note 26. The SIC Code and Size Standard are 9731 and 1,000
employees, respectively. The DPAS Rating for this procurement is DO C9.
The period of performance shall not exceed 45 days from the date of
award. Deliverables shall be a final report detailing each of the four
(4) elements of the study, and a final presentation at NASA/MSFC. The
quote shall include a firm-fixed price for performance of the entire
effort and a price for performance of each of the four (4) study
elements. All quotes shall include a narrative description describing
the methodology the offeror will employ to perform the study. This
description shall not exceed three (3) pages in length, and shall
address each of the four (4) elements of the study. The offeror shall
also identify proposed labor hours to be expended in performance of the
study by labor category which shall not exceed one page. The offeror
shall identify three (3) past performance references including contract
number, value, type, brief description and point of contact (including
telephone number). Award will be based upon overall best value to the
Government, with consideration given to the factors of proposed
technical merits, price and past performance; other critical
requirements (i.e., delivery) if so stated in the RFQ will also be
considered. Unless otherwise stated in the solicitation, for selection
purposes, technical merit is considered to be weighted more important
than price and past performance which relative to each other are
essentially equal in importance. Past performance should include
details regarding integration of air breathing propulsion systems into
flight vehicles. It is critical that offerors provide adequate detail
to allow evaluation of their offer (see FAR 52.212-1(b)). More than
one award may be made as a result of the RFQ. Quotations for the item
described above may be submitted via the World Wide Web (WWW) using the
NASA Acquisition Internet Service (NAIS) Request for Quotation System
(RFQS) -- See the posted On-line RFQ. Quotations can be electronically
executed and submitted by an authorized company representative by COB
on June 29, 1999. Quoters shall provide the information requested in
the On-line RFQ. Although the Government would appreciate all quoters
submitting their quotes via the WWW, use of RFQs, fax or paper quotes
will be accepted. Quotations shall include, solicitation number,
discount/payment terms, taxpayer identification number (TIN), and be
signed by an authorized company representative. All qualified
responsible sources may submit a quote which shall be considered by the
agency. Quoters must provide copies of the provision at FAR 52.212-3,
Offeror Representation and Certifications -- Other Than Commercial
Items with their quote. The Representations and Certifications required
by FAR 52-212-3 may be obtained via the internet at URL:
http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ An ombudsman has been
appointed -- See Internet Note "B". This solicitation and any 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
Internet site, or URL, for the NASA/MSFC Business Opportunities home
page is http://procurement.nasa.gov/EPS/MSFC/class.html Prospective
offerors shall notify this office of their intent to submit an offer.
It is the offeror's responsibility to monitor the Internet site for the
release of the solicitation and amendments (if any). Release of the
solicitation shall be no later than June 30, 1999. Potential quoters
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/nasanote.html Posted
06/11/99 (D-SN342155). (0162) Loren Data Corp. http://www.ld.com (SYN# 0007 19990615\A-0007.SOL)
A - Research and Development Index Page
|
|