|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1999 PSA#2444NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center,
FL 32899 V -- NASA LAUNCH SERVICES (NLS) SOL RFP10-99-0021 DUE 010300 POC
Thomas D. Tokmenko, Contracting Officer, Phone (407) 867-8350, Fax
(407) 867-8351, Email Thomas.Tokmenko-1@ksc.nasa.gov -- Sharon L.
White, Contracting Officer, Phone 407-867-8340, Fax 407-867-8341, Email
Sharon.White-1@ksc.nasa.gov WEB: Click here for the latest information
about this notice,
http://nais.nasa.gov/EPS/KSC/date.html#RFP10-99-0021. E-MAIL: Thomas D.
Tokmenko, Thomas.Tokmenko-1@ksc.nasa.gov. NASA/KSC plans to issue a
Request for Proposal (RFP) for NASA Launch Services. NASA intends to
award one or more combination Firm Fixed-Price (FFP) and Indefinite
Delivery Indefinite Quantity (IDIQ) contract(s) with an initial mission
set consisting of launch service requirements supporting 4 firm and 6
optional missions. For the initial IDIQ contract holders, the minimum
and maximum order quantities are one launch service for qualified
category 2 and category 3 launch service providers and up to seventy
launch services, respectively. The contract period of performance is
ten years. The proposed procurement will be evaluated by a Source
Evaluation Board (SEB) in accordance with procedures prescribed by the
Federal Acquisition Regulation (FAR) and the NASA FAR Supplement
(NFS). Industry briefings are planned prior to release of the
solicitation on or about October 15, 1999. The resulting contract(s)
will also require performance of non-standard services, mission uniqu!
e services, and special task assignments in support of standard launch
services. Initial contract award is contemplated in the second quarter
of CY 2000. Generally, the payloads to be launched will support the
goals and objectives of NASA's Earth Science and Space Science
enterprises. The initial mission set of firm and option requirements,
i.e., the firm fixed-price contract portion, will be awarded on the
basis of the lowest evaluated price of proposals meeting or exceeding
the acceptability standards for non-price factors in accordance with
FAR 15.101-2. Successful Offerors must meet NASA's performance
requirements, satisfy launch vehicle qualification requirements, meet
the domestic source requirement, have acceptable past performance, be
ISO 9001 certified at the time of proposal submission, and satisfy the
requirements for award of an IDIQ contract. IDIQ task order contracts
will be awarded to all successful Offerors which meet NASA's
performance requirements, satisf! y the launch vehicle qualification
requirements, meet the domestic source requirement, offer reasonable
not to exceed prices for sample and representative missions, have
acceptable past performance, and are ISO 9001 certified at the time of
proposal submission. Subsequent launch service task orders will be
issued on a best value selection basis using the tradeoff process
delineated at FAR 15.101-1. The performance capabilities of proposed
launch services will be incorporated into the resultant contract(s) for
those services meeting NASA's defined performance requirements. NASA's
intent is to utilize existing commercial provider's capabilities and
processes to the maximum extent possible. Offerors will also define
non-standard services available to meet payload requirements and
mission unique services, where applicable. The award of multiple IDIQ
contracts will provide NASA with additional flexibility in supporting
future payloads and promote ongoing competition throughout t! he
performance period of the contract(s). It is anticipated that Offerors
may propose multiple launch services from their entire family of
launch vehicles, which meet the requirements of this Request for
Proposal (RFP), thus providing NASA with a larger fleet of launch
services. The contract(s) will contain an on-ramp provision to allow
emerging launch service providers an opportunity to compete for future
missions within the IDIQ portion of the contract and to allow existing
IDIQ contract holders an opportunity to update technologies and
introduce improved capabilities. NASA has attempted to accommodate
methods employed by industry in the development of this solicitation.
The following provisions are incorporated: ( The Statement of Work
(SOW) defines NASA's performance requirements in lieu of a detailed
design specification and requests the Offerors propose their launch
service capabilities for incorporation into the resulting contracts. (
Compliance documents are limit! ed to those mandatory from an Agency
policy perspective. ( No certified cost or pricing data is required. (
Government insight and approvalis limited to those items mandatory per
Agency policy. The provisions and clauses in the RFP are those in
effect through FAC 97-13. The Government intends to acquire a
commercial item using FAR PART 12. The SIC Code and Size Standard are
3761 and 1000 employees, respectively. The DPAS rating for this
procurement is DO-C9. The anticipated release date of RFP10-99-0021 is
on or about October 15, 1999 with an anticipated proposal due date of
on or about January 3, 2000. 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
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 NLS Acquisition is:
http://www.ksc.nasa.gov/procurement/nls/ The Internet site, or URL, for
the NASA/KSC Business Opportunities page is:
http://procurement.nasa.gov/EPS/KSC/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). 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/nasanote.html Posted
09/28/99 (D-SN385588). (0271) Loren Data Corp. http://www.ld.com (SYN# 0082 19990930\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|