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

ARES I UPPER STAGE DEVELOPMENT FLIGHT INSTRUMENTATION DATA ACQUISITION SYSTEM


Synopsis/Solicitation Combo - Sep 09, 2008
Specifications - Posted on Sep 09, 2008
Amendment No. 1 - Posted on Sep 18, 2008
Amendment 2 - Posted on Sep 26, 2008

General Information
Solicitation Number: NNC08ZDS043R
Posted Date: Sep 09, 2008
FedBizOpps Posted Date: Sep 09, 2008
Original Response Date: Oct 10, 2008
Current Response Date: Oct 10, 2008
Classification Code: 66 -- Instruments and laboratory equipment
NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing

Contracting Office Address
 
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135

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. If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for the SOW, Specification and model contract attachments and forms (the fedbizop does not always show attachments or amendments. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22

This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is not set aside for small business. It is the offeror’s responsibility to check the NASA Business website for any amendments as well as the other attachments necessary for this procurement. This notice is being issued as a Request for Quotations (RFQ) for the items described below and in the attachments. Please also see the following website for further information. In order to access this web site offerors must contact John Thomas at (216) 433-2658 or John.E.Thomas@nasa.gov Website: https://ice.exploration.nasa.gov/Windchill/netmarkets/jsp/folder/view.jsp?oid=folder%7Ewt.folder.SubFolder%3A567283267&u8=1

SPECIFICATIONS The Offeror, as part of their proposal, shall furnish a verification compliance matrix to indicate compliance with each SOW/Specification requirement as part of their proposal.

ITEMS TO BE ACQUIRED The model contract is for an indefinite delivery, indefinite quantity fixed price contract over a 5 year period. The items to be procured are Data Acquisition Units of the following types: Engineering units, Qualifications Units, and Flight Qualified Units, Workstations, and Training and Technical Support. The minimum and maximum quantity for each is stated in the model contract. Offerors are encouraged to fill in their prices in the model contract.

The Government will consider any proposed incentive arrangements concerning delivery schedules. For example the proposal may state a price X for delivery not later than the required delivery schedule and price Y if delivery is made 60 or more days earlier than the required delivery date. The actual date of delivery (and NOT shipment) to the specified location is what will be used to determine if the incentive price applies. Offerors proposing such an incentive arrangement must show such very clearly in their offer. Should such an incentive arrangement be accepted by the Government, the model contract will be revised to show such.

Technical Support is to be provided at any of the following locations: Michoud Assembly Facility, Stennis Space Center or the Kennedy Space Center. Offerors are to propose a price that will be in the following style: for each location a) initial travel for 1 person to/from the location and b) a per day price (per diem and labor rate for the technician). When a delivery order is issued for technical support the amount will be (a) plus (number of days) x (b).

Training: Subsequent to EDU hardware delivery, the contractor shall provide a minimum of 3 days and a maximum of 10 days of training at NASA Glenn Research Center, Cleveland, Ohio for 1 trainer. Training will cover the EDU hardware, workstation and associated programming and data display software. This shall be a one time purchase. The pricing style shown in the model contract is the same as that for technical support.

DELIVERY SCHEDULE AND FOB POINT Delivery: Engr. Design Units, Qualification Units and Workstations: NASA Glenn Research Center, Cleveland, Ohio 44135. Flight Units: Michoud Assembly Facility, New Orleans, La 70189. Delivery shall be FOB Destination (Offerors include any shipping costs in your per unit prices). A desired delivery schedule is: Engr. Design Units and workstations-6 months from delivery order date, Qualification and Flight Units – 9 months from delivery order date, and Training – 30 days from date of delivery order. However, the offeror may propose in their offer a delivery schedule other than that shown above. When a Delivery Order is issued the delivery schedule in the resultant contract shall be met by the offeror and failure to met such schedule may result in Termination for Default.

Solicitation Instructions: IMPORTANT PLEASE READ!

PROPOSAL CONSIDERATIONS Note for those whose NORMAL business practice is to require advance payments: FAR limits advance payments for commercial items to not greater than 15 percent of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Otherwise, full payment is made within 30 days from delivery in accordance with the clauses shown in the model contract.

Note for those proposing shipping costs: Any costs for shipping is to be included in the per unit price that the Offeror proposes for each item. If an Offeror quotes shipping for the items as a separately priced line item this must be very clearly show for each of the unit types (EDU, QFU, FU and workstations). The former methodology is preferred by the Government.

Note to those proposing their pre-printed terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to laws of a specific state or state sales tax, nor will it accept words that indicate that: the vendor’s terms are the only terms that apply, that indicate prices are subject to change after award is made or the vendor may change the item being delivered or take exception to any Government term and condition. Therefore, either X out such language or clearly state which terms are not subject to the Government for the instant procurement.

Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and import fees and shipping costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices.

Note to those offering training or technical support: The model contract has a single, one time only training requirement which the Government anticipates ordering this upon issuance of the first Delivery Order. The model contract has a requirement for technical support and may require such each year of the contract. The proposed price SHALL include all necessary travel, per diem amounts, labor, training materials, etc. In your proposal clearly state the number of people that may be involved in providing such. The Government desires that 1 person be utilized but if your proposal requires more than 1 person perform the training or technical support you must explain why. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC

Offerors are encouraged to address the best value criteria in their proposals. See the Evaluation section below for a listing of best value criteria.

Offerors classified as a Large Businesses must, as part of their offer, furnish a Small Business Subcontracting Plan in accordance with FAR Part 19.

SOLICITATION NOTICES

Offers for the items(s) described above are due by October 10, 2008, 4:30p.m. GRC local time and are to be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135. Include on the envelope the solicitation number.

The provisions and clauses in the RFQ are those in effect through FAC 05-28. The NAIC code is 334516 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9.

Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offers should include: FOB destination, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if the offeror uses Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) and the Representations and Certifications (52.212-3) if not currently available on BPN, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. Offerors are encouraged to use the MODEL CONTRACT and sign the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation Fill in Block 17a including CAGE and DUNS codes. Faxed and emailed offers are NOT acceptable.

Offerors shall provide the information required by FAR 52.212-1. The paragraph concerning the description of the items offered is VERY IMPORTANT. Your offer needs to be descriptive enough to demonstrate that the items being offered meet the SOW and Specifications. If a web site or descriptive literature is being provided with the offer and it does not indicate that you will be modifying the standard equipment you manufacture to meet the exact specifications, then you must describe the modifications you will be making in order for the items to meet the specifications.

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

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: “The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.” The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov .

FEDERAL ACQUISITION REGULATIONS APPLICABLE:

FAR 52.212-4 is applicable and included herein by reference.

FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items,” is applicable. As prescribed in 12.301(b)(4), insert the following clauses: (See the model contract for the applicable clauses)

See the model contract for other applicable clauses.

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

SELECTION

Evaluation—Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis. Selection and award will be made to that offeror whose offer will be the most advantageous to the Government, with consideration given to the factors of technical acceptability of the item(s) offered to meet the specifications, price, general past performance on previous contracts and the following best value criteria: 1) Lower mass- mass is a consideration for space flight. Lower mass is desirable. Offerors with lower mass units than another offeror’s may be considered a better value. 2) Lower volume-volume is a consideration for space flight. Lower volume is desirable. Offerors with lower volume units than another offeror’s may be considered a better value. 3) Specific experience with flight hardware systems- offerors with experience producing the same or similar hardware as stated in the SOW/Specifications may be considered a better value. 4) Workstations with auto PCM frame generation- offerors proposing this type of workstation may be considered a better value. 5) DFI DAS design that minimizes sensor cabling mass between DAU’s may be considered a better value over another offeror whose cabling mass is greater. 6) Units that include multiple RS-422 data channels on 1 card to maximize the number of data acquisition modules will be considered a better value. 7) Verification cost reduction by suggesting alternate verification methods or using similarity for requirement verification. Those proposing acceptable alternative methods that save costs will be considered a better value.

Selection and award will be made on an aggregate basis utilizing the total cost for maximum quantities of all items for all years of the contract. The awardee is required to have a technically acceptable offer (meets all SOW/Specification requirements) and have acceptable general past performance. Technical acceptability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specification and SOW attachments). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical acceptability, past performance and best value criteria, when combined, are approximately equally important as price.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

MISC.

Questions regarding this acquisition must be submitted in writing no later than 5 days after the posting date of this notice to the NASA Contracting Officer.

Ombudsman has been appointed -- See NASA Specific Note "B".

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=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes can be viewed at the following URL: http://www.fedbiz


Point of Contact
Name:Glen M. Williams
Title:Contracting Officer
Phone:216-433-2885
Fax:216-433-2480
Email:Glen.M.Williams-1@nasa.gov

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