Status Report

Congressional Earmark for Virtual Learning Magnet for Space Science and Math Independent Study

By SpaceRef Editor
January 28, 2010
Filed under , ,

Synopsis/Solicitation Combo – Jan 26, 2010
attachments – Posted on Jan 26, 2010

General Information

Solicitation Number: NNM10315186Q
Posted Date: Jan 26, 2010
FedBizOpps Posted Date: Jan 26, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 26, 2010
Current Response Date: Feb 26, 2010
Classification Code: U — Education and training services
NAICS Code: 611710 – Educational Support Services

Contracting Office Address

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description

**********CONTACT JANET APPLETON (DFI) ONLY FOR QUESTIONS AND TO SUBMIT QUOTES. CONTACT INFORMATION CAN BE FOUND WITHIN THE BODY OF THIS SOLICITATION**********

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 a $400,000 dollar Congressional Earmark for the development of no fewer than four (4) independent study modules for a Virtual Learning Magnet (VLM) for Space Science and Math Independent Study in the form of CD/DVD’s. Attached is the Statement of Work (SOW), Proof of Concept Evaluation Report, and Contract Terms and Conditions.

This solicitation is considered a “Full and Open Competition” .

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

Delivery schedule is outlined in the statement of work.

Delivery shall be FOB Destination.

Offers for the items(s) described above are due by 02/26/2010, 4:00 p.m. CST and must include, solicitation number, FOB destination to this Center, any alternate delivery schedule other than what is proposed in the statement of work, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative.

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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (DEC 2009), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-7, 52.209-6, 52.227-14, 52.247-34, 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 1852.215-84, 1852.225-70, 1852.223-72, 1852.237-73.

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 Janet Appleton(DFI) at janet.l.appleton@nasa.gov or (256)544-6560 no later than 02/09/2010, 12:00 P.M. CST. Telephone questions will not be accepted. Questions generated by this solicitation shall be posted with answers on or before 02/18/2010.

Selection and award will be made on a technically acceptable offeror, with acceptable past performance. Emphasis will be given to the extent of direct relevant corporate experience and quality of past performance on previous contracts/orders. Vendors shall submit 2 different points of contacts and phone numbers for confirmation of past performance. This information shall be submitted with offer. 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.

MSFC requests vendors to submit at least one (1) example of similar concepts comparable to this projects efforts in a CD/DVD form to show their companies capabilities. These demos shall be submitted along with the offer and shall become the property of the Government and will not be returned. A sandbox link to a similar “Proof of Concept” is within the SOW to help vendors better understand MSFC requirements.

CD/DVD’s/Quotes shall be sent to the attention of:

NASA/MSFC Attn: Betty Kilpatrick/PS22 Building 4601/3135 MSFC, AL 35812

Vendors shall provide separate pricing for each module being presented. The Government also reserves the right to award multiple awards for different modules to multiple vendors.

Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), 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”.

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=62 . 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: Betty C. Kilpatrick
Title: Contract Specialist
Phone: 256-544-0310
Fax: 256-544-6062
Email: betty.c.kilpatrick@nasa.gov

SpaceRef staff editor.