Status Report

NASA GRC Solicitation: Development of a Long Life 600 W Hall Thruster

By SpaceRef Editor
August 8, 2008
Filed under , ,

Synopsis/Solicitation Combo – Aug 06, 2008

General Information

Solicitation Number: NNC08262055Q
Posted Date: Aug 06, 2008
FedBizOpps Posted Date: Aug 06, 2008
Original Response Date: Aug 20, 2008
Current Response Date: Aug 20, 2008
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
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. NASA/GRC intends to purchase the items from the Busek Company, Inc. (doing business as Busek Co. Inc.), Natick, MA citing 10 U.S.C. 2304(c)(1). Only one source and no there supplies will satisfy agency requirements as its justification for lack of competition. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement IS set aside for small businesses.

If you are viewing this solicitation on the fedbizops website, you must check the NASA Business website for amendments, attachments and forms (this is due to the fedbizops software design). Attachments and the SF 1449 for this procurement may be viewed at: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . It is the offerors responsibility to check the NASA Business website for any amendments.

This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation.

GENERAL SPECIFICATIONS: (Development of a long life 600 W Hall thruster):

NASA GRC is seeking a company to develop a 600 Watt engineering model Hall thruster that has a lifetime of greater than 30,000 hrs and a xenon throughput capability of ~300 Kg. NASA GRC is seeking the delivery of two engineering model 600 W Hall thrusters including the hollow cathode assemblies. The thrusters must have a propulsive efficiency greater than 50% and a specific impulse greater than 1500 sec. Additionally, the company must perform finite element structural and thermal analysis of the thruster design to demonstrate the thruster’s capability of withstanding standard launch vehicles random vibration spectrum up to 16.6 gRMS; 1 minute each axis (X.Y.Z) and flight thermal loads.

INFORMATION TO BE FURNISHED:

After delivery of two Hall Thrusters, the Contractor shall furnish engineering drawings including 1) a list of materials used and 2) the structural and thermal analysis report from their sub-contractor.

MANUALS:

The Contractor shall provide operational manuals that shall be written in English. Two (2) sets of operator manuals shall be included which shall document operation and maintenance of the (item name) All software documentation required to operate/program/diagnose (CNC or PC controller) shall be included.

INSTALLATION:

No installation required.

TRAINING:

No training required.

DELIVERY SCHEDULE AND FOB POINT:

Delivery to NASA Glenn Research Center is required not later than July 1, 2009. Delivery shall be FOB Destination, NASA Glenn Research Center.

SOLICITATION INSTRUCTIONS:

Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15 percent of the total price for the item. If you require payment in advance, do NOT exceed this limitation.

Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately.

Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement.

Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices.

Note to those offering installation at the Government facility: The proposed price SHALL include all necessary travel, per diem amounts, labor etc. In your proposal clearly state the number of people and number days they will be installing the equipment at NASA GRC. Clearly state any travel costs and whether these are air fare or other mode of transportation and the per diem rate used. Per diem rates can be found at: http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFQ are those in effect through FAC 05-26.

The NAIC code is 541712 and the small business size standard for this procurement is 500, respectively. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The offeror shall state in their offer their size status for this procurement.

The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by August 20, 2008 at 4:30pm to:

NASA Glen Research Center 21000 Brookpark Rd. Cleveland, OH 44135 Attn: Amanda L. George MS 500-319

Offers 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 found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

Your offer 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. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the “track changes” feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are NOT acceptable.

A copy of a published price list, catalog price or computer page printout showing the price for Items (List Item Numbers) may also be included if desired. (Note, the Contracting Officer is requesting this information because of the sole source nature of this procurement).

Offerors shall provide the information required by FAR 52.212-1, “Instructions to Offerors–Commercial Items.”

Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive.

If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the Offerors shall so state and shall list the country of origin.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with their offer or the following paragraph: “The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications–Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.” The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov

FEDERAL ACQUISITION REGULATIONS APPLICABLE:

FAR 52.212-4, “Contract Terms and Conditions–Commercial Items,” (Feb 2007) is applicable.

FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items,” (June 2007) 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:

_X_ (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). __ (iii) Alternate II (Mar 2004). __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995). __ (iii) Alternate II (Mar 2004). _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001). __ (iii) Alternate II (Oct 2001). __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, 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 Representation (June 2007) (15 U.S.C. 632(a)(2)). __ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor–Cooperation with Authorities and Remedies (Jan 2006) (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). __ (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). __ (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). __ (23) 52.222-39,, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(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)). _X_ (25) 52.225-1, Buy American Act–Supplies (June 2003) (41 U.S.C. 10a-10d). __ (26)(i) 52.225-3, Buy American Act–Free Trade Agreements–Israeli Trade Act (Nov 2006) (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). __ (iii) Alternate II (Jan 2004). _X_ (27) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (28) 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). __ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). _X_ (31) 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)). __ (32) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (33) 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (34) 52.232-34, Payment by Electronic Funds Transfer–Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (35) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (36) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (37)(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).

(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.). __ (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.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records–Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause– (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 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). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)

The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

SELECTION:

Evaluation–Commercial Items (Jan 1999)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror on a BEST VALUE basis.

The Government will award a contract to that offeror whose offer meets the specifications above, and is the most advantageous to the Government, with consideration given to the factors of technical capability of the item(s) offered to meet the specifications, price, past performance. Technical capability considerations will include:

1) Offeror must be able to provide the Government with proof of their existing 600 W thruster and its documented performance levels, including its ability to operate for the desired lifetime listed in the statement of work

2) Offeror must currently have a development activity for a power processing unit and xenon flow system that is nearing flight readiness.

3) Offeror must have the ability to test this thruster in-house to demonstrate its performance levels at 600 W.

Selection and award will be made on an aggregate basis. The awardee is required to have a technically capable offer and have acceptable past performance. Technical capability will be determined by a review of the information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government’s requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical capability and past performance, when combined, are approximately equally important as price.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)

MISCELLANEOUS Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice.

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

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

Point of Contact

Name: Amanda L. George
Title: Student Contract Specialist
Phone: 216-433-3265
Fax: 216-433-2480
Email: amanda.l.george@nasa.gov

Name: Mark W. Manthey
Title: Branch Chief
Phone: 216-433-2750
Fax: 216-433-5489
Email: mark.w.manthey@nasa.gov

SpaceRef staff editor.