Status Report

NASA KSC Sole Source Launch Services Program 2012 Customer Survey

By SpaceRef Editor
June 8, 2012
Filed under , ,

Synopsis/Solicitation Combo – Jun 08, 2012

NNK12LA74Q Statement of Work and JOFOC – Posted on Jun 08, 2012

General Information

Solicitation Number: NNK12LA74Q
Posted Date: Jun 08, 2012
FedBizOpps Posted Date: Jun 08, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Jun 14, 2012
Current Response Date: Jun 14, 2012
Classification Code: R — Professional, administrative, and mgmt support services
NAICS Code: 541611
Set-Aside Code: Total Small Business

Contracting Office Address

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899

Description

This combined synopsis/solicitation is a sole source acquisition notice for commercial items prepared in accordance with 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.

The Kennedy Space Center (KSC) has a requirement for customer relationship assessments through the use and interpretation of customer surveys for the Launch Services Program (LSP). This notice is being issued as a Sole Source Request for Quotation to Harlan Brown & Company, Inc., Sinking Spring, PA for the LSP 2012 Customer Survey requirements listed in the attached Statement of Work.

Harlan Brown & Company, Inc. provided this same assessment in 2010. Harlan Brown & Company, Inc. has unique mission perspective and knowledge gained of NASA’s culture, history, and customer organizational relationships as a result of compiling the 2010 assessment. The 2012 assessment must utilize the results of the 2010 to compare with the results of the 2012 assessment. The 2012 assessment must allow LSP to better understand its customer needs, concerns, and how to tailor the mission support it provides to meet mission milestones. Harlan Brown & Company, Inc. will be requested to provide a refresher and continuance to the assessment presentation provided to the LSP management team throughout the performance period. With respect to the current assessment under consideration at this time, Harlan Brown & Company, Inc., participated in the 2010 evaluation and has expertise in the design needs of the 2012 survey/assessment instruments. Based on Harlan Brown & Company, Inc.’s unique technical expertise and prior familiarity and work experience on the project, competition is impractical. It is in the best interest of the Government to procure customer relationship assessments from Harlan Brown & Company.

The Government intends to acquire a commercial item using FAR Part 12.

Interested organizations may submit their quotation and detailed capabilities and qualifications to perform this effort in writing to the identified point of contact no later than 11:00am EST on June 14, 2012. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.

Questions must be received in writing (email) by 11:00am EST on June 13, 2012 to Allen Miller at Allen.J.Miller@nasa.gov. Offers for the items described above are due by 11:00am EST on June 14, 2012 to NASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 or Allen.J.Miller@nasa.gov. Response via email is preferred.

Offers must include solicitation number, FOB destination to KSC, 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency.

An Ombudsman has been appointed. See NASA Specific Note “B”.

In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. The NAICS Code and the small business size standard for this procurement are 541611, $14 (in millions of dollars) respectively. The offeror shall state in their offer their size status for this procurement.

If an offer is submitted in response to this synopsis, it 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.

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=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

The DPAS rating for this procurement is DO-C9

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

Offerors shall provide the information required by FAR 52.212-1 (Feb 2012), Instructions to Offerors-Commercial, 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 (See FAR 52.225-1).

FAR 52.212-4 (Feb 2012), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (May 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:

(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78)

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:

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

XX 52.219-28, Post Award Small Business Program Representation (Apr 2012)(15 U.S.C. 632(a)(2)).

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

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

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

XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).

XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212).

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

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

XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d).

XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury).

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

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

XX 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011).

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

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

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Allen J. Miller
Title: Contract Specialist
Phone: 321-867-3308
Fax: 321-867-4848
Email: Allen.J.Miller@nasa.gov

Name: Alissa N. Mandernack
Title: Contract Specialist
Phone: 321-867-3380
Fax: 321-867-4848
Email: alissa.mandernack@nasa.gov

SpaceRef staff editor.