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

RESEARCH AND DEVELOPMENT SERVICES FROM THE MISSISSIPPI RESEARCH CONSORTIUM


Synopsis/Solicitation Combo - May 30, 2008

General Information
Solicitation Number: NNS08ZBA001R
Posted Date: May 30, 2008
FedBizOpps Posted Date: May 30, 2008
Original Response Date: Jun 20, 2008
Current Response Date: Jun 20, 2008
Classification Code: A -- Research and Development
NAICS Code: 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address
 
NASA Office of Procurement, Stennis Space Center, MS 39529-6000

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, however, a soft copy will be provided.

This notice is being issued as a Request for Proposals (RFP) for Research and Development Services from the Mississippi Research Consortium.

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

The NAICS Code and the small business size standard for this procurement are 541712 and 500 Employees respectively.

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

The DPAS rating for this procurement is DO-C9.

Offers for the services described above are due by 3:30 pm local time on June 20, 2008 to NASA/Office of Procurement, Code DA10, John C. Stennis Space Center, Stennis Space Center, MS 39529 and must include, solicitation number, FOB destination to this Center, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Commercial and Government Entity Code (CAGE), 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 Solicitation/Contract/Order for Commercial Items form which can also be found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

The Statement of Work is provided below:

STATEMENT OF WORK

MISSISSIPPI RESEARCH CONSORTIUM

Section 1. Introduction

The Contractor shall provide engineering and scientific research to NASA, the tenant agencies at the John C. Stennis Space Center, and other Government agencies in areas of remote sensing applications, ecosystem integration and analysis, coastal community resiliency and sustainable development, sediment transport and management and nutrient input, water quality, climate change and climate variability effects on regional ecosystems, advanced environmental education techniques, acoustics, image analysis, geographic information systems, computational fluid dynamics, polymers/ceramics, electron microscopy, microelectronics, micro-electromechanical systems (MEMS), magneto hydrodynamics, diagnostic instrumentation, and other associated scientific, computational and engineering areas. Examples of the anticipated research in these areas of discipline are described in Section 5 below.

The Mississippi Research Consortium (MRC) is a collaboration of four Mississippi universities dedicated to providing research and technology development to various state and federal agencies. The MRC consists of Jackson State University (JSU), Mississippi State University (MSU), University of Southern Mississippi (USM), and the University of Mississippi (UM).

Section 2. Administering Institution

The contract will be administered by a single MRC institution that will serve as the MRC liaison to NASA in the performance of this contract. The administering institution will be responsible for:

• Receiving statements of work (SOW) from the NASA/SSC Office of Procurement. • Distribute the SOW within three working days to each MRC institution's office of sponsored research with instructions on the procedure and required schedule for submitting proposals. • Collecting and reviewing the proposals to verify that the technical requirements are met and adequate budgetary and schedule information is included. • Providing all submitted proposals to NASA/SSC in a timely manner, along with the MRC's recommendation of the proposal that best meets the requirements of the SOW and provides the best value to the government. • Provide the total cost of the proposed research to the government. • When a fixed cost research proposal is funded by NASA/SSC, the MRC will enter into a contract with the MRC institution selected by NASA/SSC to conduct the research. • Performing general oversight and administrative functions. • Providing monthly invoices to NASA/NSSC. • Providing status reports on project schedules to the MRC institutions, the NASA Contracting Officer (CO) and NASA Contracting Officer’s Technical Representative (COTR). • Require each Principal Investigator (PI) provide a technical report at the conclusion of the research before final payment is made to the PI or the PI’s institution. • Provide NASA/SSC/COTR one copy of all final reports within 90 days of completion of each project. • Include the final report for each project in the NASA/SSC Technical Documentation System prior to closeout of a project. • Close out all projects within 90 days of completion of each project.

Also included in the management plan must be a description of the statistics to be collected and periodically reported. NASA will select the administering institution based on an evaluation of "proposals for administration" which may be submitted by any MRC institution.

The proposal for administration must include a detailed management plan that describes the process flow that would be used for operation of the MRC. The management plan narrative is limited to 10 pages, and the entire proposal, including pricing and personnel qualifications is limited to a total of 20 pages, including all attachments.

Section 3. Value Characteristics - Listed below are the value characteristics that will be used in evaluating each offer.

a) Management Plan 50% b) Management Personnel Qualifications 30% c) Cost 0 d) Past Performance 20%

Section 4. Contract Type - The Government intends to award a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract. The composite value of the tasks to be issued annually is estimated to be $1,000,000 with a five-year estimated value total of $10,000,000.

Section 5. Typical Examples of Research Required

• Development and/or improvement of models and data collection for the forecasting of surface wind, air temperature, and atmospheric pressures. • Review and analysis of the economic impact of SSC and NSSC on the local area. • Research and development of advanced methods of uncertainty analysis applicable to rocket engine testing. • Studies, analytical predictions and empirical data on the present metallurgy and life expectancy of heat affected and/or heavily corroded test facility fixtures included support structure, flame deflectors and rocket diffusers. • Support for the examination and study of aging concrete in a highly dynamic rocket test stand environment. This effort should include the tie-ins for steel structure to the concrete. • Analytical models and collection of experimental data from subscale test models of rocket engine test facilities to support the development of acoustic energy impact and structural dynamics as a response to acoustic energy inputs. • Data collection and study leading to research and development of appropriate methods to repair/replace aging underground water piping and service valves. • Novel approaches to the generation and recovery of specialized gases and liquids in the rocket test environment including both gas and liquid phases of hydrogen, oxygen, nitrogen and helium. • Study and dissemination of modern approaches to the analysis of fatigue and remaining life on facilities exposed to rocket engine test environments. • Theoretical based analysis and design of high heat flux components for rocket flame deflectors and rocket engine diffusers. This effort could be coupled with build up of subscale testing facilities and collection of empirical data to anchor the analytical models – i.e. testing a small rocket engine over a flame deflector to provide detailed information regarding design for maximum cooling efficiency. • Research and development into methods to collect and analyze the constituents of rocket engine propellant in real time during hot fire testing. • Novel approaches into the measurement and mitigation of hydrogen propellant in potentially flammable or explosive environments • Research and development of advanced computational fluid dynamics applicable to rocket engine testing. • Research and development of advanced modeling and simulation methods for rocket engine test facilities. • Review and analysis of strategic program requirements including trend analysis, program trades and development, and long-range implementation planning. • Provide research and development of scientific instruments and sensors used in rocket propulsion testing and the monitoring of the environment during testing. • Research and development of advanced mathematical techniques that support the creation of accurate, predictive models of atmospheric, oceanographic, coastal, estuarine, and riverine dynamics and processes. • Research and development of techniques that improve the integrated analysis of remote sensing and in-situ coastal, estuarine, and riverine data sets. • Research and development of hydrodynamic models of coastal, estuarine, and riverine systems which can be used to assess watershed processes, sediment transport, storm water runoff and related water quality issues. • Research and development of techniques that utilize remote sensing data to identify and monitor coastal, estuarine, and riverine habitats. • Research the effects of eutrophication, elevated bacteria levels, harmful algal blooms, hypoxia, and toxic contamination of fish and wildlife. • Provide basic and applied geosciences research in the coastal marine environment to provide information, knowledge, and technology to support sound decision-making and natural resource management. • Perform research that takes advantage of remote sensing technologies focused on climate change and climate variability effects upon marine ecosystems and the socio-economic well being of the region and adjacent watersheds. • Perform research into the utilization of satellite and airborne imagery to support coastal habitat change, land use and land cover, coastal forestry activities, and ecosystem integration and analysis.

All technical questions shall be submitted no later than 3:00 pm Central Time on or before June 12, 2008. Questions submitted after this date and time will not be accepted. Questions must be submitted to: gregory.fletcher-1@nasa.gov (cc: james.d.huk@nasa.gov). Faxed or Telephonic questions will not be accepted.

SUBCONTRACT REQUIREMENTS

Advance Subcontract Notification: The Contractor shall provide the Contracting Officer with advance notification of proposed subcontracts in excess of $25,000.

Consent to Placement of Subcontracts: The Contractor shall submit consent to place file documentation for all subcontracts and purchase orders in excess of $100,000.00 or on a cost reimbursement type, Time and Materials, or labor hours basis in accordance with FAR Clause 52.244-2 (b) and (e). No instances of subcontracts awarded without consent of the Contracting Officer unless advance verbal approval is given by the Contracting Officer followed up with appropriate file documentation.

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 Gregory Fletcher not later than June 12, 2008. Telephone questions will not be accepted.

Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: Management Plan, Management Personnel Qualifications, Past Performance, and Cost. 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 services 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 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=64 . 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:Gregory Fletcher
Title:Contract Specialist
Phone:228-688-2223
Fax:228-688-1141
Email:gregory.fletcher@ssc.nasa.gov

Name:James D. Huk
Title:Contracting Officer
Phone:228-688-1045
Fax:228-688-1141
Email: James.D.Huk@nasa.gov

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