Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1999 PSA#2444

NASA/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