NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

REFURBISH AND INSTALL MERCURY REDSTONE ROCKET AT NEW KENNEDY SPACE CENTER PASS ID BLDG.


Synopsis/Solicitation Combo - Jul 01, 2008
Amendment 01 - Posted on Jul 16, 2008
Statement of Work - Posted on Jul 01, 2008
Amend 1 Scope of Work - Posted on Jul 07, 2008
Amendment 03 - Posted on Jul 23, 2008

General Information
Solicitation Number: NNK08257702Q
Posted Date: Jul 01, 2008
FedBizOpps Posted Date: Jul 01, 2008
Original Response Date: Jul 21, 2008
Current Response Date: Jul 30, 2008
Classification Code: J -- Maintenance, repair and rebuilding of equipment
NAICS Code: 339999 - All Other Miscellaneous Manufacturing
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description
 
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ) for a firm fixed price contract to remove, repair and place the rocket from outside the previous Pass & ID Building on SR-3 south of Kennedy Space Center Gate 2 to its new location on SR-405 directly west of Gate 3 to KSC. See the attached Statement of work for a detailed description of the requirements.

The provisions and clauses in the RFQ are those in effect through FAC 05 -26.

This procurement is a total small business set-aside.

The NAICS Code and the small business size standard for this procurement are 339999 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement.

All responsible sources may submit an offer which shall be considered by the agency.

Offers for the items(s) described above are due by July 21, 2008 to Thomas C. Pino, Mail Code OP-OS-V, and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, which is incorporated by reference.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The individual clauses will be identified in the contract clauses. For questions, please contact the POC on this synopsis/solicitation.

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

The installation of the refurbished rocket and base at the new Badging Facility west of KSC Gate 3, must be performed on a non-conflict basis for badging operations (hours of operation are Monday through Friday, 6AM to 4 PM.)

All contractual and technical questions must be in writing (e-mail) to Thomas C. Pino (chris.pino-1@nasa.gov) not later than July 14, 2008. Telephone questions will not be accepted.

Selection and award will be made to that offeror whose offer is the lowest priced, technically acceptable with an acceptable past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

PREPARATION OF OFFER

A. The offer in response to this request shall consist of three parts, a project plan, a capabilities package and cost/pricing information. In addition, the offeror is requested to allow a 30-day acceptance period for the offer. The project plan will describe the approach the offeror will use to accomplish the work identified in the Statement of Work. The plan, as a minimum, should include the following. It is limited to 2 pages: 1. A short discussion of the technical approach for performing the work. 2. Direct labor hours by labor categories. 3. Explanation of subcontract/consultant requirements if any. 4. Explanation of travel requirements including quantity, duration and purpose if any. 5. Explanation of material requirements, if any. B. The second part of the offer shall consist of a capabilities package that will include as a minimum the following information. It is limited to 3 pages. 1. A brief narrative detailing the firm’s relevant experience in the restoration and transportation of rocket artifacts. 2. A resume of the project manager and any key individuals that are anticipated to work on the project. As a minimum, the offeror will provide position title, education, training, work experience and percentage of time to be dedicated on this effort. 3. Past performance information of work comparable to the effort required within the past three years that identifies company, customer name, performance period, dollar amount, phone number and a short description of the project. C. The cost/pricing portion of the offer should provide adequate pricing information.

EVALUATION AND SELECTION

A. The offeror will be evaluated in accordance with the procedures identified below and a “best value” determination will be made. Please note, in addition to the information contained in your offer, other sources including but not limited to information obtained from other Government organizations may be used. The selection process will be supported by appropriate Government individuals in conducting the evaluation. B. Each offer will be evaluated on the project plan, capabilities packages, and cost/pricing information submitted. Significant emphasis will be placed on the project plan. However, offerors are cautioned not to minimize the importance of adequate response to the relevant experience, key personnel and past performance data included in the capabilities package, and the cost/pricing data, as they could be the determining factors in the award of any order. C. Evaluation of the project plan will focus on the following areas: Understanding of requirement Technical approach to completing the effort

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract.

An ombudsman has been appointed -- See NASA Specific Note "B".

Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).


Point of Contact
Name:Thomas Christopher Pino
Title:Contracting Officer
Phone:321-867-3946
Fax:321-867-6226
Email:chris.pino-1@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: