Status Report

NASA Solicitation: Poly-Picosatellite Orbital Deployer NPP Mission Support

By SpaceRef Editor
February 7, 2010
Filed under , ,

Synopsis/Solicitation Combo – Jan 29, 2010

General Information

Solicitation Number: NNK10326413Q
Posted Date: Jan 29, 2010
FedBizOpps Posted Date: Jan 29, 2010
Recovery and Reinvestment Act Action: No
Original Response Date: Feb 17, 2010
Current Response Date: Feb 17, 2010
Classification Code: B — Special studies and analysis – not R and D
NAICS Code: 611310 – Colleges, Universities, and Professional Schools

Contracting Office Address

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

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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Sole Source Request for Quotation (RFQ) to California Polytechnic State University (Cal Poly) San Luis Obispo, CA for:

Poly-Picosatellite Orbital Deployer (P-POD) NPP Mission Support with the California Polytechnic State University.

The contractor shall provide mission support showing that the P POD System has been certified to the requirements in the mission ICD. The period of performance is ATP through NPP launch.

Last item.

Cal Poly is uniquely qualified as the design agency and developer of the P-POD. Cal Poly generated the design concept, built the P-POD and performed all of the required strength and failure modes and effects analyses to support the operation of the P-POD. CalPoly has successfully used the P-POD to fly CubeSats on other launch vehicles. Due to the uniqueness of the P-POD, it is the only existing hardware that can meet the requirements of the P-POD mission. Only CalPoly can manufacture, test, and integrate the P-POD to meet the Government’s technical and schedule requirements.

The acquisition of any other contractor’s deployer would entail unacceptable technical risk. The Government would be impacted by significant increase to cost and schedule. Additional time would also be required for testing a design to meet system requirements.

The provisions and clauses in the RFQ are those in effect through FAC 05-38

The NAICS Code and the small business size standard for this procurement are 611310, $7.0 million respectively. The offeror shall state in their offer their size status for this procurement.

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

The DPAS rating for this procurement is DO-C9

Offers for the items(s) described above are due by February 17, 2010, 2:00PM (EST) to NASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 and 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.

Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions to Offerors-Commercial Items, 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.

FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable.

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

Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. SEE FAR 52.212-1(b)).

Offerors must include completed copies of the provision at 52.212-3 (JUNE 2008), 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.

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

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).

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: Jacklyn L. Norman
Title: Contract Officer
Phone: 321-867-1500
Fax: 321-867-4848
Email: jacklyn.l.norman@nasa.gov

SpaceRef staff editor.