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

LUNARSIM SOFTWARE DEVELOPMENT


Synopsis/Solicitation Combo - Jun 30, 2008
Attachments - Posted on Jun 30, 2008

General Information
Solicitation Number: NNC08255861R
Posted Date: Jun 30, 2008
FedBizOpps Posted Date: Jun 30, 2008
Original Response Date: Jul 21, 2008
Current Response Date: Jul 21, 2008
Classification Code: D -- Information technology services, incl. telecom services
NAICS Code: 541511 - Custom Computer Programming Services
Set-Aside Code: Total HUB-Zone

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 Proposal (RFP) to develop "LunarSim" an educational simulation that engages students in the construction and exploration of a lunar base. The statement of work is attached to this solicitation. The Government’s available funding for this requirement is not to exceed $200,000.00.

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

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

The NAICS Code and the small business size standard for this procurement are 541511 and $23 million in revenue 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.

The period of performance shall be 1 year and 3 months from the order's effective date. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by Monday, July 21, 2008 at 4:30 p.m. EST to 21000 Brookpark Road, M.S. 500-312, Cleveland, OH 44135 Attn: Nikki D. Brown 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 (attached). Electronic Submissions are also acceptable

Offerors shall provide the information required by FAR 52.212-1 (APR 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. Addenda to FAR 52.212-4 are as follows:

52.204-7 Central Contractor Registration (OCT 2003)

52.209-6 Protecting the Governments Interest when subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2005)

52.247-34 F.O.B. Destination (NOV 1991)

1852.215-84 Ombudsman (OCT 2003) (In paragraph b, insert “see http://ec.msfc.nasa.gov/hq/library/Omb.html for the name, address, telephone number, facsimile number, and e-mail address of installation ombudsman”)

1852.219-76 NASA 8 Percent Goal (JUL 1997)

1852.223-72 SAFETY AND HEALTH Short Form (APR 2002)

1852.225-70 Export Licenses (FEB 2000)

1852.227-14 Rights In Data--General

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).

52.219-3 Notice of Total HUBZone Set-aside (JAN 1999) (15 U.S.C. 657a)

52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

52.222-19, Child Labor –Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126).

52.222-21, Prohibition of Segregated Facilities (FEB 1999).

52.223-6 DRUG-FREE WORKPLACE 23.505

52.222-26 Equal Opportunity (APR 2002) (E.O. 11246).

52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C 4212).

52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).

52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212).

52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201)

52.227-14 Rights in Data—General (Dec 2007)

52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332).

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 items acquired as a result of this solicitation must be 508 compliant in accordance with FAR part 39 which implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194). Further information on Section 508 is available via the Internet at http://www.section508.gov .

All contractual and technical questions must be in writing (e-mail or fax) to Nikki Brown not later than Tuesday, July 8, 2008 at 4:30 p.m. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED.

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements:

1.) Technical Plan

2.) Management Ability

3.) Science Technology Engineering and Mathematics (STEM) Based education Integration

4.) Past Performance See attached SOW for further explanation of evaluation criteria

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 (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=22 . 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:Nikki D Brown
Title:Contract Specialist
Phone:216-433-6386
Fax:216-433-2480
Email:Nikki.D.Brown@grc.nasa.gov

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