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

ANTENNA POINTING SYSTEM


Synopsis/Solicitation Combo - Nov 24, 2008
Amendment 01 - Posted on Nov 26, 2008
Statement of Work - Posted on Nov 24, 2008
Questions and Answers - Posted on Dec 03, 2008

General Information
Solicitation Number: NNC09ZCH004Q
Posted Date: Nov 24, 2008
FedBizOpps Posted Date: Nov 24, 2008
Original Response Date: Dec 05, 2008
Current Response Date: Dec 05, 2008
Classification Code: 58 -- Communication, detection, and coherent radiation eqpt
NAICS Code: 517410 - Satellite Telecommunications
Set-Aside Code: Total Small Business

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. 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 an Antenna Pointing System (Spacecraft Integrated Gimbal System).

Please see the attached Statement of Work for requirements.

**NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THE OFFER MEET THE REQUIREMENTS IN THE ATTACHMENT**

The provisions and clauses in the RFQ are those in effect through FAC 05-27.

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 517410 and $15 million 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.

Delivery to the NASA Glenn Research Center is required within twelve (12) months ARO. Delivery shall be FOB Destination.

The DPAS rating for this procurement is D0-C9.

Offers for the items(s) described above are due by Friday December 5, 2008 and may be faxed, e-mailed or mailed to NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-305 Cleveland Ohio 44130 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Government and Corporate Entity (CAGE) code, Representations and Certifications, 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

Offers 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.

A copy of a published price list, catalog price or computer page printout showing the price for Items listed to comply with the attached Statement of Work may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer).

FEDERAL ACQUISITION REGULATIONS APPLICABLE:

Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), 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 2007), 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:

a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).[ __ (4) Reserved] _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2007) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-8, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). _X_ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35 , Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __(27)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3 . __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (28) 52.225-5 , Trade Agreements (Aug 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (29) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (30) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Aug 2006) (42 U.S.C. 5150). __ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2006) (42 U.S.C. 5150 ). __ (32) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C 255(f) , 10 U.S.C. 2307(f)). __ (34) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (35) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332 ). __ (36) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (37) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (38)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64 . (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

__ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). __ (2) 52. 222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)).

__ (6) 47.5 (Ocean Transportation by U.S. – Flag Vessels) __ (7) 52.247-21, Contractor Liability for Personal Injury and/or Property Damage __ (8) 52.247-22, Contractor Liability for Loss and of and/or Damage to Freight other than Household Goods _X_ (9)1852.223-70 Safety and Health _X_ (10) 1852.223-73 Safety and Health Plan _X_ (10) 1852.223-75 Major Breach of Safety and Security – ALT I

RECOMMENDED GOALS FOR THE SMALL BUSINESS SUBCONTRACTING PLAN

(a) In accordance with the clause at FAR 52.219-9 (Alt II), this solicitation requires the submission of a Small Business Subcontracting Plan at the same time that the offerer submits its initial proposal.

(b) Offerers are advised that NASA encourages the inclusion of the following goals in the proposed Subcontracting Plan:

(1) an overall Small Business subcontracting goal of 16%.

(2) which incorporates a Small Disadvantaged Business (SDB) subcontracting goal of 4%.

(3) a Women-Owned Small Business (WOSB) subcontracting goal of 3%.

(4) a Historically Black Colleges and Universities (HBCU) / Other Minority Educational Institutions (OMEI) subcontracting goal of 1%.

(5) a Historically Underutilized Business (HUB) Zone subcontracting goal of 3%.

(6) a Veteran-owned Small Business (VOSB)subcontracting goal of 1%, and (7) a Service-disabled Veteran-0wned Small Business (SDVOSB) subcontracting goal of 1%.

(c) For solicitation purposes only, the preceding goals are expressed as percentages of the total proposed contract value as opposed to only a percentage of proposed total planned subcontracting dollars. For the offerer's subcontracting plan, however, in order to parallel SF294 and SF295 subcontracting reporting, the resultant dollar goals are to be converted, i.e., reflected, as percentages based on total subcontracted dollars. The Offerer's Subcontracting Plan will be evaluated by the Government as stated elsewhere in this solicitation.

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.

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 Timothy M. Bober not later than Monday December 1, 2008. Telephone questions WILL NOT be accepted.

Selection and award will be made to that offerer whose offer meets the specifications outlined in the Statement of Work (see attachment) and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and general past performance. The following Best Value Criteria shall also be considered:

1. Offer will be evaluated to determine how well the Offeror’s technical approach for developing an Integrated Gimbal system for the CoNNeCT Program satisfies the requirements of the CoNNeCT Antenna Pointing System Specification.

2. The Offeror's technical approach to systems engineering, integration, analysis, design, fabrication, test and verification.

3. Offeror’s approach to minimizing lead time for long lead components like Bearings and EEE components.

4. The Offeror's past performance, current knowledge and expertise in designing, developing and testing spacecraft Integrated Gimbal system.

5. The Offeror's approach for enabling Government insight into progress and problems/issues.

6. The Offeror's rationale for subcontracting.

7. The impact of any planned use or delivery of limited rights data on the government’s ability to achieve its long-term objectives for the CoNNeCT Program.

8. How well the Offeror can assure adherence to the required scheduled milestones.

9. The offeror’s proposal will be evaluated relative to the need for any required modification of provided research, test, and production equipment and facilities provided for use on the project, as well as any facilities or equipment required in the performance of the project.

10. Minimized mass, volume and power consumption.

**It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).**

Offerors must include completed copies of the provision at 52.212-3, 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. 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://genesis.gsfc.nasa.gov/nasanote.html


Point of Contact
Name:Timothy M. Bober
Title:Contract Specialist
Phone:216-433-2764
Fax:216-433-2480
Email:Timothy.M.Bober@nasa.gov

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