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

SPECIALIZED ENGINEERING SUPPORT FOR LUNAR ATMOSPHERE AND DUST ENVIRONMENT EXPLORER-LADEE


Synopsis/Solicitation Combo - Jan 13, 2009

General Information
Solicitation Number: NNA0971067-Q
Posted Date: Jan 13, 2009
FedBizOpps Posted Date: Jan 13, 2009
Original Response Date: Jan 23, 2009
Current Response Date: Jan 23, 2009
Classification Code: B -- Special studies and analysis - not R and D
NAICS Code: 541330 - Engineering Services
Set-Aside Code: Total Small Business

Contracting Office Address
 
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000

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)on the following Statement of Work:

"Specialized Engineering Support for the Lunar Atmosphere and Dust Environment Explorer (LADEE) Project at Ames Research Center

Task 1)Provide Systems Engineering support for LADEE as follows, (note the level of effort is estimated at 1 FTE):

a. Support Systems Requirements Review scheduled for May 2009. Specific duties include developing Level 1-3 Requirements for LADEE, establishing data link budgets for the LADEE mission, tracking and maintaining the Master Equipment List (MEL) and associated margins and reserves for the launch stack, and coordinating Interface Requirement Documents, IRDs, with spacecraft payload office at GSFC.

b. Support LADDE Preliminary Design review schedule for Oct 2009. Specific duties include supporting engineering design trades for spacecraft mass, power and data rates, coordinate and help develop Systems Engineering documentation including the Systems Engineering Management Plan, SEMP, Project Plan.

Task 2) Provide Spacecraft thermal Engineering analysis to support LADEE as follows, (note the level of effort is estimated at 1 FTE)::

a. Support Systems Requirements Review scheduled for May 2009. Specific duties include requirements development including but not limited to: establishing requirements for an range of mission orbits and altitudes, ground cooling, autonomy requirements, failure/survival modes, reliability, subsystems interface requirements. Development of Payload Thermal Interface Requirements Documents

b. Support LADEE Preliminary Design Review, (PDR), schedule for October 2009. Specific duties include preliminary thermal design calculations for the spacecraft main body, radiator, solar arrays, batteries, & payload interfaces. Identify thermal instrumentation including flight sensors and test sensors.

c. Prepare presentation material for SRR, PDR and monthly management reviews

Task 3) Provide Telecommunications analysis to support the LADEE telecommunications Lead Engineer in preparing for the LADEE Support Systems Requirements Review scheduled for May 2009 and LADEE PDR schedule for October 2009. This task requires a 0.1 FTE level of effort.

Location: Contractor personnel must be available on-site for significant portions of this work.

Period of Performance: February 1, 2009 through November 1, 2009."

The provisions and clauses in the RFQ are those in effect through FAC 05-25

This procurement is a total small business set-aside. See Note 1.

The NAICS Code and the small business size standard for this procurement are 541330 and $4.5m 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 requirements described above are due by January 23, 2009 to the Primary Point of Contact listed below, and must include solicitation number, FOB destination to this Center, 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.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.225-1, 52.225-13, and 52.232.34

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

All contractual and technical questions must be in writing (e-mail or fax) to Jeffrey S. Brown not later than January 20, 2009. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement.

Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be may be obtained via the internet at URL: http://orca.bpn.gov/ . This information may be entered directly into the ORCA Database for future use. Please indicate on quotation if the vendor’s Representations and Certifications have been entered at ORCA.

Offerors must currently be registered in the Central Contractor Registration (CCR). Further information about CCR registration can be accessed at http://www.ccr.gov

All successful offerors must file a 2007 VETS-100 Report with the US Department of Labor, http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 .

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=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.


Point of Contact
Name:Jeffrey S. Brown
Title:Contracting Officer
Phone:650-604-4696
Fax:650-604-0912
Email:jeffrey.s.brown@nasa.gov

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