Status Report

NASA KSC Student Launch Initiative

By SpaceRef Editor
July 19, 2012
Filed under , ,

Synopsis/Solicitation Combo – Jul 18, 2012
Amendment 01 – Posted on Jul 19, 2012
Terms and Conditions and SOW – Posted on Jul 18, 2012

General Information
Solicitation Number: NNK12ZLS003R
Posted Date: Jul 18, 2012
FedBizOpps Posted Date: Jul 18, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Aug 17, 2012
Current Response Date: Aug 17, 2012
Classification Code: A — Research and Development
NAICS Code: 541712
Set-Aside Code: Total Small Business

Contracting Office Address

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

Description

This is a combined synopsis/solicitation 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 separate, written solicitation will not be issued. Background:

The Launch Services Program (LSP) is seeking to support Science, Technology, Engineering, and Mathematics (STEM) educational research and development for Nano-Satellite class launch vehicles. There is currently a gap between CubeSat satellites launch mass and Launch Vehicle system cost and lift capability. Throughout the United States, there is a very strong educational satellite development program utilizing CubeSats, but not yet an educational development program for Nano-Satellite class launch vehicles. In order to replenish the pool of scientists, engineers, and mathematicians who will lead launch vehicle development into the future, LSP has developed this initiative that will pursue STEM activities as they relate to Nano-Satellite class launch system development in the 21st century.

LSP is investigating the feasibility of having students work in the Launch Vehicle sector to develop and test Nano-Satellite class vehicle systems. This will allow students the ability to gain hands-on experience working with contractors and launch systems. The objective of this effort is to create a meaningful experience for the students in support of STEM.

Proposal Requirements:

The Offeror may propose one or more projects, each with a related set of tasks that enhance their existing Nano-Satellite class launch vehicle. Each project shall be submitted as a separate proposal in accordance with the information provided in this combined synopsis/solicitation and with the attached Statement of Work. The Offeror shall demonstrate their experience with a flight-proven Nano-Satellite class launch vehicle capable of both the launch and safe return of Nano-Satellite payloads by submitting a 3 to 5 page description of the vehicle, its systems, vehicle performance capability, and evidence of its launch, such as launch licenses, photographs, video, and/or customer endorsements. Nano-Satellite class launch vehicles past the Critical Design Review (CDR) phase of development will be considered based on submitted evidence of a CDR, photographs of existing launch vehicle hardware, and a credible funding plan (not dependent on award of this contract) to achieve its initial launch.

The Offeror shall provide a schedule for accomplishing each project within 12 months of award and the relationship of the project completion to potential incorporation into future flights. The contractor is not required to perform a vehicle launch during the period of performance; however, if a launch were proposed, it would be acceptable.

The Offeror shall propose and price each project separately as a stand-alone project. The proposed projects do not need to be related. The Offeror shall provide past performance information from contracts within the past 3 years for the same or functionally similar efforts with similar periods of performance to this requirement.

The proposal shall provide sufficient detail to demonstrate how STEM is maximized and integrated into the proposed Nano-Satellite class launch vehicle project. The proposal shall identify tasks that undergraduate and/or graduate students shall perform to accomplish the proposed project.

The Offeror shall define how students (undergraduate and/or graduate) are utilized and managed in the design, development, and/or test of the existing launch vehicle and the proposed project. The Offeror shall provide a copy of the contract mechanism or agreement with American universities that enables student involvement with the existing launch vehicle and the proposed project. Demonstration of student involvement shall include, but is not limited to, the number of students involved in the project and a breakdown of the number of hours per student.

The Offeror shall propose a project data deliverable package to include student-generated data from the selected project (e.g., analyses, design drawings, build paper). The Offeror shall propose an outline of the tasks to be performed; this outline shall be followed for the review of the project to be presented upon its completion. The number of students presenting and duration of the review shall be included.

The Government may make multiple awards. Those awards may be made from initial selections through March 15, 2013. In order to be considered throughout the period, the proposal must remain valid over the entire period. If an offeror’s proposal exceeds $150,000, they are cautioned that the proposal may be eliminated due to budgetary constraints. Upon receipt of award, the Contractor shall perform the Nano-Satellite class launch vehicle project in accordance with the contractual terms and conditions, the attached Statement of Work, and with the NASA-approved project proposal.

Evaluation Criteria: Selection and award will be made to the offeror(s) whose offer(s) will be most advantageous to the Government, price and other factors considered. In order of importance, the following factors shall be used to evaluate offers:

(i) Student Involvement (ii) Maximization of STEM content in the student tasks and deliverable products (iii) Credibility of proposed project to improve an existing (previously launched or post CDR) Nano-Satellite launch vehicle (e.g., performance, utility to Nano-Satellite payloads, cost, availability) within the proposed schedule. (iv) Past performance: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. (v) Price

All evaluation factors other than price, when combined, are significantly more important than price.

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

Questions must be received in writing (email) by 11:00am EST on August 17, 2012, to Alissa Matthews at Alissa.Matthews@nasa.gov. Offers for the items described above are due by 11:00am EST on August 17, 2012, to NASA-KSC, Attn: Alissa Matthews, OP-LS, KSC, FL 32899 or Alissa.Matthews@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 541712, 500 employees respectively. The offeror shall state in their offer their size status for this procurement.

If an offer is submitted in response to this synopsis, the Offeror must have completed copies of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, available through the Online Representations and Certifications Application (ORCA). ORCA may be accessed through the following link: https://orca.bpn.gov/ .

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 RFP 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).

As applicable, the Terms and Conditions in the attached document will be incorporated into the resulting contract.

Point of Contact

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

Name: Jennifer L Dorsey
Title: Contract Specialist
Phone: 321-867-0337
Fax: 321-867-4884
Email: jennifer.l.dorsey@nasa.gov

SpaceRef staff editor.