Status Report

NASA Solicitation: P-POD Mating Device to An EELV ESPA SUM

By SpaceRef Editor
August 31, 2011
Filed under , ,

Synopsis/Solicitation Combo – Aug 30, 2011

On-Line RFQ – Posted on Aug 30, 2011

General Information
Solicitation Number: NNK11LB52Q
Posted Date: Aug 30, 2011
FedBizOpps Posted Date: Aug 30, 2011
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 12, 2011
Current Response Date: Sep 12, 2011
Classification Code: A — Research and Development
NAICS Code: 541712 – Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)

Contracting Office Address

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

Description

This is a Request for Quotation (RFQ) in accordance with Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only request; quotations are being requested and a separate written solicitation will not be issued.

The NASA Launch Services Program (LSP) is seeking the design, manufacture, and test of a Poly-Picosatellite Orbital Deployer (P-POD) mating device to an Evolved Expendable Launch Vehicle (EELV) Secondary Payload Adapter (ESPA) Six-U Mount (SUM) that can be launched in either an internal or an external position on a launch vehicle port. The solicitation is under NAICS 541712 c for Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts.

NASA/KSC intends to award this order to CSA Engineering, Inc. (CSA) as CSA is uniquely qualified to meet the Government’s requirements. CSA is the only entity that possesses the capabilities to work on the ESPA System since it is a proprietary design by CSA. The ESPA P-POD SUM is unique in the aerospace industry; due to the uniqueness of the system, it is the only existing hardware that can meet the requirements of the Government.

Closing date set for receipt of offers is September 12, 2011 at 12:00 pm EST.

This notice NNK11LB52Q is being issued as a Request for Quotation for the following:

Item Description: Special Study: Evolved Expendable Launch Vehicle (EELV) Secondary Payload Adapter (ESPA) Poly-Picosatellite Orbital Deployer (P-POD) 3U/6U-Mount (ESPA Six U Mount) See attached Statement of Work for full description. Period of Performance: Authority to Proceed + 6 months

Per FAR 52.212-4, Contract Terms and Conditions–Commercial Items – Government acceptance is deemed to occur constructively on the 45th day after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract.

Offer Information All responsible sources may submit an offer which shall be considered by the agency.

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 12:00pm eastern time on September 12, 2011. 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 competitive basis, based upon responses to this notice, is solely within the discretion of the Government.

Offers for the items(s) described above are due by September 12, 2011, 12:00pm (EST) to NASA-KSC, Attn: Jennifer Dorsey, OP-LS, KSC, FL 32899 or jennifer.l.dorsey@nasa.gov. Response via email is preferred.

Offers must include solicitation number, FOB destination to KSC, 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 will be considered by the agency.

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

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

Evaluation

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in order of descending importance:

(i) Technical capability of the item offered to meet the Governments requirement (ii) Price (iii) Past Performance–Offerors shall demonstrate that they have the sufficient and proper labor categories to meet the requirements of the Statement of Work.

All evaluation factors other than price, when combined, are approximately equal to price.

Additional Information:

Written questions as a result of this requirement should be directed to Jennifer Dorsey at Jennifer.L.Dorsey@nasa.gov by September 6, 2011.

Applicable Terms and Conditions:

The provisions and clauses in the RFQ are those in effect through FAC 2005-53.

The required period of performance is award through 6 months. It is critical that offerors provide adequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)).

Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructions to Offerors-Commercial, which is incorporated by reference.

FAR 52.212-1 (June 2008), Instruction to Offerors – Commercial Items is applicable.

FAR 52.212-2 (Jan 1999), Evaluation – Commercial Items is applicable.

FAR 52.212-3 (Aug 2009), Offeror Representations and Certifications – Commercial Items is applicable.

FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (Dec 2010), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and it’s Alternate I (FEB 2000) are applicable and the following identified clauses are incorporated by reference:

(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:

XX 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2010) XX 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEPT 2006) XX 52.219-28, Post-Award Small Business Program Representation (APR 2009) XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-50, Combating Trafficking in Persons (FEB 2009) XX 52.223-6, Drug-Free Workplace (MAY 2001) 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 52.233-1, Disputes (JUL 2002)

The following terms are also applicable:

52.204-7, Central Contractor Registration (APR 2008)

52.207-2, Notice of Streamlined Competition (MAY 2006)

52.219-1, Small Business Program Representations (Alt 1) (APR 2002)

52.227-1, Authorization and Consent (Alt 1) (APR 1984)

52.232-2, Payments under Fixed-Price Research and Development Contracts (APR 1984)

52.242-15, Stop-Work Order (AUG 1989)

52.246-9, Inspection of Research and Development (Short Form) (APR 1984)

52.249-4, Termination for Convenience of the Government (Services) (Short Form) (AUG 1984) 52.252-2, Clauses Incorporated by Reference (FEB 1998)

1852.215-84, Ombudsman (OCT 2003)

1852.225-70, Export Licenses (FEB 2000)

1852.237-73, Release of Sensitive Information (JUN 2005)

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

Offerors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. To register, please visit the following URL: https://www.bpn.gov/ccr/default.aspx .

Offerors must be registered in Online Representations and Certifications Application (ORCA) per FAR 52.204-8. To register, please visit the following URL: https://orca.bpn.gov/login.aspx .

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).

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

Point of Contact

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

Name: Gina E Hudak
Title: Contract Specialist
Phone: 321-867-1274
Fax: 321-867-4848
Email: gina.e.hudak@nasa.gov

SpaceRef staff editor.