Status Report

NASA Extreme Environment Mission Operations Support Vessel

By SpaceRef Editor
May 4, 2012
Filed under , , ,
NASA Extreme Environment Mission Operations Support Vessel

Synopsis/Solicitation Combo – May 04, 2012

General Information

Solicitation Number: NNJ12435313Q
Posted Date: May 04, 2012
FedBizOpps Posted Date: May 04, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: May 11, 2012
Current Response Date: May 11, 2012
Classification Code: V — Transportation, travel, and relocation services
NAICS Code: 483114
Set-Aside Code: Total Small Business

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH

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) for the use of a vessel to support NASA Extreme Environment Missions Operations (NEEMO). The vessel will be used to deploy two Deep Worker submersibles multiple times daily during the mission, which is located at the Aquarius Reef Base site in Florida (GPS coordinates: 24’57.010N and 080’27.130W) as well as to provide a base for Science operations.

The ship must be on location for nine calendar days from June 11th, 2012 at 12:00 p.m. EST until June 19th, 2012 at 7:00 p.m. EST. The ship will need to mob/demob the Deep Worker submersibles at a nearby port the day before (on June 10, 2012) and the day after (June 20, 2012).

The quote must include all costs associated with transit to the worksite, the mission days of operation, fuel, provisions, dock space, crane operations for mob/demob of the submersibles, and operations of the ship.

Coordination of ship activities will occur with the Analog Missions project’s NEEMO Mission Manager. The task recipient is expected to coordinate dock requirements for mob/demob and coordinate with the NEEMO Mission Manager to acquire the necessary marine sanctuary permits.

NASA also requires the following for the NEEMO Support Vessel:

1) The crane must have a minimum capacity of 4200lb. safe working load.

2) The crane must be A- frame or standard crane fitted. (Standard crane preferred)

3) The ship must have deck space to accommodate and service (2) Deep Worker submersibles (footprint of approximately 50 SF each).

4) The ship must have deck space for an 8 x 12 Conex box.

5) The ship must be capable of station-keeping up to 8 hours/day.

6) The ship must be able to stay on-site for the nine calendar days referenced.

7) The ship must have a deployable underwater boom capable of mounting a submersible tracking transceiver.

8) The ship must have the ability for other NEEMO support ships to transfer personnel to the ship provided.

9) The ship must provide three-phase or single-phase electrical power.

10) The ship must have living accommodations available for the NEEMO science team.

11) The ship must include space for the NEEMO science team to set up tracking/communication stations and carry out work activities on the ship during the mission.

In addition, offerors must answer the following technical evaluation questions pertaining to the vessel:

1) What type of crane(s) does the ship have? Indicate whether it is A-frame or standard. What is the load capacity of the crane?

2) What is the total useable square footage of the main deck area? Can the submersibles be moved to different locations on the deck?

3) Which port would you suggest for mob/demob?

4) How many NEEMO scientists can be berthed on the ship? How many total berthing rooms are available for NEEMO personnel?

5) Where would a science team set up? How large is the space and what features are provided (desks, chairs, power outlets for NEEMO electronic equipment)?

6) Have you ever worked with a Link Quest tracking system?

7) Have you ever worked with a submersible operation?

The provisions and clauses in the RFP are those in effect through FAC 2005-58.

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 483114 and 500 employees 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.

Offers for the items(s) described above are due by 4:00 PM local time on May 11, 2012 to Audrey Montgomery and Stacy Houston and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, 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 found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), 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 2012), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (APR 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference:

-FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note)

-FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note).

-FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644).

-FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).

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

-FAR 52.222-19, Child Labor–Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126).

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

-FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

-FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).

-FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).

-FAR 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).

-FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).

-FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

-FAR 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

-FAR 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).

-FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).

-FAR 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.).

-NFS 1852.247-71, Protection of the Florida Manatee (Mar 1989)

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 only) to Audrey Montgomery and Stacy Houston at Audrey.C.Montgomery@nasa.gov and Stacy.G.Houston@nasa.gov, respectively not later than 4:00 PM local time on May 8, 2012. Telephone questions will not be accepted.

Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with the following evaluation factors:

1) Technical (70%) – Capabilities provided and ability to provide safe and successful operations.

2) Cost (30%) – Total cost of the proposal based on the value provided.

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.

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 and price. 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 (APR 2012), Offeror Representations and Certifications – Commercial Items with their offer. These may be obtained via the internet at URL: http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf . These representations and certifications will be incorporated by reference in any resultant contract.

NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

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=73 . 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: Audrey C Montgomery
Title: Contract Specialist
Phone: 281-792-7510
Fax: 281-483-4066
Email: audrey.c.montgomery@nasa.gov

Name: Stacy G. Houston
Title: Contracting Officer
Phone: 281-483-9649
Fax: 281-483-7890
Email: stacy.g.houston@nasa.gov

SpaceRef staff editor.