Status Report

NASA KSC Solicitation: Construction of the Constellation Crew Launch Vehicle Mobile Launcher

By SpaceRef Editor
August 6, 2007
Filed under , , ,
NASA KSC Solicitation: Construction of the Constellation Crew Launch Vehicle Mobile Launcher
ares.trasnporter.jpg

Synopsis – Aug 03, 2007

Solicitation – Posted on Aug 03, 2007

General Information

Solicitation Number: NNK07201535R
Posted Date: Aug 03, 2007
FedBizOpps Posted Date: Aug 03, 2007
Original Response Date: Sep 06, 2007
Current Response Date: Sep 06, 2007
Classification Code: A — Research and Development
NAICS Code: 238120 – Structural Steel and Precast Concrete Contractors

Contracting Office Address

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

Description

NASA/KSC is issuing Request for Proposal (RFP)] NNK07201535R for the Construction of the Constellation Crew Launch Vehicle (CLV) Mobile Launcher (ML). This RFP is for the construction of the Constellation CLV ML. This acquisition will be conducted as a negotiated full and open competition. The ML acquisition evaluation is being conducted in two parts due to the aggressive Constellation Program schedule and need for the ML. Part 1 is the submission and evaluation of the Past Performance Volume. Part 2 is the submission and evaluation of the Price Volume.

Industry has not submitted any comments to the ML Draft Request for Proposals (DRFP) NNK07201535J. However, the RFP NNK07201535R has had some minor changes as delineated on the attached Excel spreadsheet.

This RFP is being released with the 60 per cent design package. Upon the release of the 100 per cent design specifications and drawings, the Government will call for Part 2 – the Price Volume to ONLY those offerors that timely submit the Past Performance Volume in accordance with Section L.17 (e) which states:

“The closing submission dates for Part 1 – Past Performance Volume is specified in Blk. 13 of the SF Form 1442. Offerors are required to submit the Part 1 – Past Performance Volume no later than the Part 1’s closing submission date. Potential offeror(s) that fail to submit a timely Part 1 proposal will not be considered. Part 1 – Past Performance Volume must be received no later than the Part 1 closing date in order for Part 2 – Price Volume to be considered. Late receipt of the Part 1 – Past Performance Volume or the Part 2 – Price Volume past its respective closing date and time will be handled in accordance with FAR 52.215-1, Instructions to Offerors – Competitive Acquisition, included in this solicitation.”

The closing submission date for Part 2 – Price Volume will be specified in an amendment to this RFP. The anticipated closing date for Part 2 – Price Volume is on or about January 7, 2008. The order of magnitude for the procurement is more than $10M and the effort shall be completed within 665 calendar days after notice to proceed.

This procurement is part of the Small Business Competitiveness Demonstration Program. The NAICS Code and small business size standard for this procurement are 238120 Structural Steel and Precast Concrete and $13M, respectively.

All responsible sources may submit a proposal which shall be considered by the agency. An ombudsman has been appointed — See NASA Specific Note “B”.

The solicitation and any documents related to this procurement are available over the Internet. These RFP resides on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 .

The ML drawing package and specification are classified as “Sensitive But Unclassified” (SBU) information and contain Export Controlled data. Therefore, all offerors must register with Defense Logistics Information Service (DLIS) and with Federal Technical Data Solutions (FEDTEDS) (www.fedteds.gov). Instructions for registering with DLIS are found on the FEDTEDS Frequently Asked Questions Tab, Question Number 10. In order to download these drawings, your firm must be registered in FEDTED and DLIS. (In order to expedite viewing of the drawings and specification on the FEDTEDS website, it is suggested that in your internet browser, go to Tools, select Internet Options, in the Internet Option’s Security Tab, click on Sites and add www.fedteds.gov as a safe site. This should be done prior to entering the FEDTEDS site.) The specification and drawings are required for your proposal preparation and must be requested by you. The required content of an acceptable proposal is discussed in RFP Section L.17, Table A for Part 1 and Table B for Part 2.

The ML specification and drawings, which are export controlled, are available to offerors approved may be accessed through: https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=NNK07201535R Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror’s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the URLs linked below.

The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors that have submitted a timely Part 1 Past Performance proposal are urged and expected to inspect the site where the work will be performed.

(b) An organized site visit is contemplated for – November 7, 2007 10:00 AM. Offerors who plan to attend must give 72 hours notice to the Contracting Officer and shall provide the names, titles, SSNs and citizenship of expected attendees. Attendance is limited to three (3) representatives from each interested firm unless otherwise authorized by the Contracting Officer. Offerors who plan to attend the site tour must give 72 hours notice.

Name: Patricia E. Hyland Contracting Officer EMAIL patricia.hyland-1@ksc.nasa.gov Address: Kennedy Space Center OP-ES Kennedy Space Center, FL 32899 Telephone: 321-867-0911

(c) Participants will meet at – KSC MLP West Park (near Building K6-0545 (End of provision) All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.

Point of Contact

Name: Patricia Elizabeth Hyland
Title: Contracting Officer
Phone: 321-867-0911
Fax: 321-867-1666
Email: patricia.hyland-1@ksc.nasa.gov

Name: Rechea H Hutchinson
Title: Contracting Officer
Phone: 321-867-2942
Fax: 321-867-1666
Email: rechea.h.hutchinson@nasa.gov

SpaceRef staff editor.