Status Report

NASA Solicitation: Scale Models on International Space Station With Logistic Vehicles

By SpaceRef Editor
July 19, 2008
Filed under , ,
NASA Solicitation: Scale Models on International Space Station With Logistic Vehicles
http://images.spaceref.com/news/iss.59.jpg

Synopsis/Solicitation Combo – Jul 18, 2008 On-Line RFQ – Posted on Jul 18, 2008 New!

General Information

Solicitation Number: NNJ08257471R
Posted Date: Jul 18, 2008
FedBizOpps Posted Date: Jul 18, 2008
Original Response Date: Aug 18, 2008
Current Response Date: Aug 18, 2008
Classification Code: 99 — Miscellaneous
NAICS Code: 339999 – All Other Miscellaneous Manufacturing

Contracting Office Address

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG

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 Request for Proposal (RFP) for twenty (20) 1/100 Scale International Space Station Models with the Logistic Vehicles. The Statement of Work can be viewed at:

http://procurement.jsc.nasa.gov/NNJ08257471R/ISS_Model_SOW_7-10-08.doc
[See below]

The provisions and clauses in the RFP are those in effect through FAC 2005-26.

The NAICS Code and the small business size standard for this procurement are 339999 and 500 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.

Ten (10) of the Scale Models shall be delivered to each of the two (2) NASA centers (a total of 20 models): Transportation Officer, Building 421, Mark For: Accountable Property, Attn: Gary Kitmacher/OX, NASA Johnson Space Center Houston, TX 77058; Headquarter 300, Attn: Sam Scimemi, Mail Code: JQ-CJ000 7A16, 300 E. Street S.W., Washington, DC 20546. The initial delivery of the models shall be no later than three (3) months after Authority to Proceed (ATP). The final delivery of the models shall be no later than six (6) months after ATP. Delivery shall be FOB Destination.

Offers for the items(s) described above are due by 3PM CST on August 18, 2008 to Transportation Officer, Building 421, Mark For: Accountable Property, Attn: LaToy White/BG, NASA Johnson Space Center Houston, TX 77058 and must include, solicitation number, FOB destination to this Center, 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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml

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 and the following identified clauses are incorporated by reference: See the attached applicable Terms and Conditions for Purchase Orders – Commerical Items or Services. The Terms and Conditions can be viewed at:

http://procurement.jsc.nasa.gov/NNJ08257471R/T&C-Current-2008.doc

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

Documents related to the procurement may be obtained via the Internet at URL: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73

All contractual and technical questions must be in writing (e-mail or fax) to LaToy White at latoy.j.white@nasa.gov or 281-244-2370 not later than August 08, 2008. Telephone questions will not be accepted.

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 (technical merit, accuracy, unique and creative design, visual impact, quality and durability), Price, and Past Performance. Technical and Past Performance, when combined, are significantly more important than price, Offers must provide past performance information on at least three previous contracts held with Government agencies or Private Industry, product literature and product samples of finished models with similar design, workmanship, weight, and material to allow the Government to determine technical merit based on the description provided. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).

The product samples with similar design, workmanship, weight, and material that will be evaluated for technical merit shall be submitted to the Government by August 18, 2008. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense. The samples shall be shipped to the following address: Transportation Officer, Building 421, Mark For: Accountable Property, Attn: LaToy White/BG, NASA Johnson Space Center, Houston, TX 77058. The photography of the current and past configuration can be viewed at:

http://procurement.jsc.nasa.gov/NNJ08257471R/ISS_Model_AC_compressed_2.ppt

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=73 . 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: Latoy J White
Title: Contract Specialist
Phone: 281-244-8023
Fax: 281-244-2370
Email: Latoy.j.white@nasa.gov

Name: Marianne D. Ruiz
Title: Contracting Officer
Phone: 281-483-8528
Fax: 281-244-7563
Email: marianne.d.ruiz@nasa.gov


STATEMENT OF WORK

SCALE MODEL OF INTERNATIONAL SPACE STATION (ISS) WITH SPACE SHUTTLE ORBITER FOR USE technical and mission support purposes

Requirements

Up to 20 Models shall be manufactured. 10 of the models shall be delivered to each of the following centers: NASA Headquarters and NASA Johnson Space Center. The initial delivery of the models shall be no later than 3 months after Authority To Proceed (ATP). The final delivery of the models shall be no later than 6 months after ATP.

Scale:

  • Model shall be 1/100.

Specification

  • Models shall be made of resin, plastic, and/or metal.
  • The models shall be modular so that the connection point is similar and the modules, truss segments, arrays, etc., can be added or removed. This will ensure the model can be used for demonstrating configuration changes, as well as providing for changes as the ISS assembly continues. Models should be built to reflect current ISS configuration and shall include all remaining components that are attachable.

Material

  • Offereors are encouraged to be creative in their solution of the model and base material; however, the materials proposed shall be appropriate for technical accuracy and enhance the overall aesthetics, not detract from the model.
  • Model shall be mounted on a base that permits the model to be firmly and independently secured on a desk.
  • The models shall be guaranteed to maintain its shape and not droop or hang through normal wear and tear for a minimum of one year.

Colors and Markings

  • Each module/element shall be identified in similar fashion as the actual flight module. Markings on each element shall include:
    • Symbol of the appropriate national agency: NASA, ESA, CSA, RSA, JAXA. National symbols should be of similar size.
    • Flags of country origin for US, Canadian and Japanese elements. All flags should be of similar size
    • Name of each module/element: example: US Lab Module/Destiny

  • All modules elements and components shall reflect accurate external colors and markings as viewed by the photography of components in orbit or in preparation for flight, as visible on the ground.

Packaging/Shipping

  • Models shall be packed individually, properly protected for shipment.
  • Some assembly of components may be required after delivery.
  • Model shall be durable enough and packaged properly to endure routine shipping.

Configuration

  • The model shall be built so the various modules, solar arrays, etc are depicted in the “Assembly Complete Configuration” as identified July, 2008, including changes identified at that time.
  • Main solar arrays shall be rotatable as is the actual vehicle.

Elements to be included in the Configuration:

  • Node 1 (Unity)
  • Pressurized Mating Adapters (1,2,3)
  • US Laboratory Module (Destiny)
  • Node 2
  • Node 3
  • Cupola
  • US Airlock Quest
  • Centrifuge Accommodations Module
  • ESA Columbus
  • Japanese Kibo
  • Japanese Experiment Logistics Module Pressurized Section
  • Japanese Exposed Facility and Remote Manipulator
  • Russian Segment, including:
    • FGB Cargo Module (Zarya)
    • Service Module (Zvezda)
    • Russian Airlock (Pirs)
    • Research Module
    • Multipurpose Laboratory Module
    • Science Power Module
    • Soyuz (2)
    • ESA ATV

  • Truss Segments and other major components:
    • S0
    • S1 with Radiator
    • S3
    • S4 with Solar Array and Radiator
    • S5
    • S6 with Solar Array and Radiator
    • P1 with Radiator
    • P3
    • P4 with Solar Array and Radiator
    • P5
    • P6 with Solar Array and Radiator
    • Mobile Servicing System with Remote Manipulator (Canadarm) and Dextrous Manipulator (Dextre)

Logistics vehicles:

  • Shuttle, Orion CEV, ATV, HTV, Soyuz, and Progress. Each vehicle should connect in a secure but temporary manner at the appropriate location (s) on the ISS.

Basic Workmanship

  • No seams, glue marks, or sanding scratches
  • Uniform construction
  • Uniform finish
  • Paint should be smooth and uniform, with no smudges, runs, or fingerprints
  • Decals should be of uniform finish and have no film showing

Accuracy

  • Scale should be constant over the entire model and precisely match provided drawings
  • Detailing is uniform over the entire model
  • Surface textures and details should replicate the surface finishes and details of the ISS
  • Colors and markings should replicate the appearance of ISS
  • Markings should be accurately detailed to replicate NASA, US, ESA, Japanese, Canadian and other markings as they appear on the actual vehicle
  • Each ISS element (module, truss segment, etc.) shall be labeled with its formal component name, e.g. Node1/Unity. Component labels shall not detract from the scale appearance of the model.
  • Noticeable exterior details should be replicated

Functionality

  • Solar arrays, radiators and remote manipulators should swivel/turn/move permitting repositioning as on the real ISS
  • When moved to a position, the solar array, radiator or remote manipulator should maintain that position
  • Modules should be as on the real vehicle and permit relocation as the ISS configuration may change during the remainder of the assembly phase.
  • Transport vehicles (Shuttle, CEV, ATV, Progress, Soyuz, HTV) shall be designed for scale appearance, secure attachment, ease of placement, and ease of removal

Physical Support

  • A secure stand which permits the model to be displayed on a tabletop, and which permits movable components to be repositioned
  • The stand shall properly support the model so that components do not sag over time
  • The stand shall be professional in appearance but should not detract from the model.
  • The stand should include a nameplate identifying the model by name and scale.

Transportability

  • The model shall be designed so that it can be transported safely
  • Minimal disassembly should be required in order to move the model from one location to another
  • Disassembleable components should be designed for quick disassembly and reassembly, and without causing any damage
  • Disassembly should be facilitated and components sized so that the model can be transported as checked baggage on airlines
  • Transportation cases/boxes should permit safe handling, shipping and transportation with no damage incurred

Enhancements/options

  • The offerror may identify enhancements to the basic requirements that can be provided and any costs associated with such enhancements. Examples include: Scale EVA astronauts, handrails, trunnion pins, docking targets and other small details, module interiors, functioning hatches, functioning docking/berthing systems, materials of enhanced durability (e.g. metal vs. plastic features), etc.

Past Experience

  • Documented evidence of past experience in modeling complex, technical subjects should be provided. Evidence may include examples, photographs, testimonials, and/or designer/company/project histories.

Availability/Schedule/Reliability

  • The availability and schedule of availability shall be considered. For instance, if the ISS model being procured is based on existing model plans, molds, dies, etc, which enhances the ability to provide an accurate model on a timely basis. Or if the model is based on an accurate prototype model that has already been created. If evidence can be provided that such examples are already available and can serve as accurate templates for the creation of the procured models, this shall be evaluated positively.

Drawings/Photography:

SpaceRef staff editor.