Status Report

NASA Solicitation: Sole Source Consoles (RF-19-S-USB) for Mission Director’s Center at KSC

By SpaceRef Editor
May 4, 2005
Filed under , ,

General Information

Document Type: Combine Solicitation
Solicitation Number: NNK05LA66P
Posted Date: May 04, 2005
Original Response Date: May 06, 2005
Current Response Date: May 06, 2005
Original Archive Date: May 04, 2006
Current Archive Date: May 04, 2006
Classification Code: N — Installation of equipment
Naics Code: 334310 — Audio and Video Equipment Manufacturing

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 is a sole source notice 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 Requirement for mission unique consoles (RF-19-S-USB) from MARCO, Inc., Birmingham, Alabama. Competition is impractical for the following reasons: After reviewing other vendors product MARCO was the only vendor that had a standard product that met the specifications of our existing console design in our MDC at Kennedy Space Center (KSC). This console design is critical to our launch operations.  

MARCO’s product accommodated the current Enhanced Telemetry Display System (ETDS) and equipment used for operations. A change to another vendor’s product would require a recertification of the new product to ensure it meets all requirements. This product also fits the size and spacing requirements of our existing facilities.

Any change in size would impact the available space in the MDC and require a reevaluation to ensure all life safety codes and fire codes are still met. Any new product would also need to be evaluated for operations and ergonomic function.

This product is part of a time critical cutover of our MDC at KSC. There is a limited operational window for the installation of this equipment. Given the current time constraints a design and build type of this procurement, it is not feasible to integrate another console design into the existing console design and would impact our operations, if procured from another vendor.

This determination was made after an extensive canvassing of various technology industry personnel for alternative suppliers and yielded no other competitive suppliers of the referenced product.

It is in the best interest of NASA to sole source this procurement to MARCO who has the only standard product that meets the requirements of an existing console design and time requirements of the fully operational MDC. The provisions and clauses in this solicitation are those in effect through FAC 01-26. This procurement is a total small business set-aside. See Note 1.  

The NAICS Code (334310) and the small business size standard for this procurement is 500 employees. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer of mission suitability, which shall be considered by the agency. However, based on the information above, the government does not anticipate any offers that can meet the requirements. Delivery to KSC is required within the government’s schedule.

Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by COB, 5:00PM. EST on May 06, 2005 to OP-LS, KSC, FL 32899, solicitation number NNK05LA66P, 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 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 (JAN 2005), 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. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable.  

FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: KSC Quality Codes E-7 and E-9. The FAR may be obtained via the Internet at URL:   http://www.arnet.gov/far/

The NFS may be obtained via the Internet at URL:   http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Allen J. Miller not later than COB, May 06, 2005.

Telephone questions will not be accepted. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.

Selection and award will be made to MARCO, INC. MARCO’s offer is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance.  

It is critical that any other offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).     Offerors must include completed copies of the provision at 52.212-3, 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

Allen J. Miller, Contract Specialist, Phone (321) 867-3308, Fax (321) 867-4848, Email Allen.J.Miller@nasa.gov

Email your questions to Allen J. Miller at Allen.J.Miller@nasa.gov

SpaceRef staff editor.