Status Report

NASA Solicitation: Up to 40 Poly Picosatellite Orbital Deployers P Pods With California Polytechnic State University & Integration Insight Oversight O

By SpaceRef Editor
March 16, 2009
Filed under ,

Synopsis/Solicitation Combo – Mar 13, 2009

General Information

Solicitation Number: NNK09ZOP001
Posted Date: Mar 13, 2009
FedBizOpps Posted Date: Mar 13, 2009
Recovery and Reinvestment Act Action: No
Original Response Date: Mar 27, 2009
Current Response Date: Mar 27, 2009
Classification Code: 18 — Space vehicles
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 (CalPoly) San Luis Obispo, CA for:

Up To 40 Poly-Picosatellite Orbital Deployers (P-PODS) with the California Polytechnic State University and Integration Insight/Oversight Options Over a Five Year Performance Period.

Last item.

The purpose of the P-POD is to integrate University CubeSat payload to the Launch Vehicle third stage; during the flight sequence the P-POD will deploy up to three spacecraft. The period of performance is expected to be five years from date of award.

CalPoly is uniquely qualified as the design agency and developer of the P-POD. CalPoly 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 2005-30

This procurement is a total small business set-aside. See Note 1.

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 March 27, 2009, 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 (NOV 2007), 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 2008), Contract Terms and Conditions-Commercial Items is applicable.

FAR 52.212-5 (FEB 2009), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is 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 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126). 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 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (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 2006) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d).

XX 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332).

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

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. It is critical that 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

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.