Status Report

Operational History of the Hubble Space Telescope

By SpaceRef Editor
April 11, 2014
Filed under , ,

Synopsis/Solicitation Combo – Apr 11, 2014

General Information

    Solicitation Number: NNG14500087Q

    Posted Date: Apr 11, 2014

    FedBizOpps Posted Date: Apr 11, 2014

    Recovery and Reinvestment Act Action: No

    Original Response Date: Apr 17, 2014

    Current Response Date: Jun 30, 2014

    Classification Code: 76 — Books, maps and other publications

    NAICS Code: 511120

Contracting Office Address

NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771

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). The contractor shall research, collect documents, create an archival collection suitable for immediate transfer to NASA upon completion, conduct oral histories, and prepare several historical products on this subject suitable for a general audience but adhering to accepted standards of historical scholarship.

CONTRACTOR PRODUCTS/DELIVERABLES: This project shall result in the following major categories of products:

1. Archives–the contractor shall collect, organize, and maintain for use by NASA management and other researchers a collection of historically significant key documents that will become a permanent record of the actions of the program. This material shall serve as a basis for the preparation of the historical products discussed below and upon completion shall be made a part of the permanent record of the National Aeronautics and Space Administration. This collection of key documentary sources, especially private papers and those not a part of the federal records management system, and their placement in a single government repository is a critical component of this effort. These materials will become useful in providing essential information for present-day historians, the interested public, and present-day policy makers, as well as for future generations of individuals interested in the subject. Resources necessary to maintain the archives will be provided by the contractor. The major tasks of this aspect of the work include:

* Archival Preservation: Contractor shall search for, accession, preserve, and make available historically significant documents and electronic materials associated with the origins and conduct of this facility. This requires the responsibility, first and foremost, for providing physical and intellectual control over the holdings of this special collection. It also requires responsibility for ensuring coherency of the collection, maintaining ready access for researchers, and providing research services to senior NASA officials and Federal executives. This collection includes documents, schematicws, drawings, still photographs, motion pictures, and videos.

* Finding Aids: Contractor shall inventory and index file folders, reports, and publications (books) in this collection. The contractor shall also be responsible for imaging key documents in the collection into an archival retrieval system for permanent preservation.

* Reference: Contractor shall respond to reference inquiries and preparing publicly releasable documents describing the conduct of the program. Reference inquiries may be made by letter, telephone, or in person.

2. Oral histories–the contractor shall conduct interviews with key personnel involved in the HST program. These shall provide honest, first-hand accounts of the development of the discipline and NASA’s role in it. All oral histories shall be transcribed, edited, and made available after a release has been signed by the interviewee in keeping with the standard practices of oral historians. These materials shall also become available to provide essential information for present-day historians, the interested public, and policy makers, as well as for future generations of individuals interested in the subject. At least 25 percent of all oral histories shall be conducted on digital video and or other appropriate medium so that portions of them may be used for television, World Wide Web, or CD/ROM or DVD productions.

3. Images for the manuscript shall be delivered in full-size high-resolution (300 dpi scan at a minimum of 5″ wide or comparable resolution at original size) graphics files in JPEG or PNG file formats. These images are to be delivered as separate files, not integrated into the electronic manuscript files. Directions on how to indicate the placement of images in the manuscript are included in the NASA History Program Style Guide. The contractor shall be responsible for collecting appropriate images and obtaining the relevant permission to use them. Permissions are to be documented on release forms from the appropriate person or organization and will be submitted along with the graphics files. All NASA images will be identified by NASA image number. Print versions of the work will only contain a limited number of black and white images. Electronic versions may be illustrated more completely in full color. Therefore, the contractor shall provide color images when available, and the contractor is encouraged to provide supplemental images and audio/video files that might be used in electronic versions of the work.

4. Multimedia works–contractor shall provide input to GSFC and others who will be producing multimedia documentaries to disseminate historical knowledge about the program conducted in it through the following potential means:

* World Wide Web page on the history of HST.

* CD/ROM or other medium decided on containing oral histories of key personnel involved in the evolution of the HST program.

* CD/ROM or other medium decided on containing key documents about the program.

5. Publications–contractor shall also disseminate historical knowledge about the program, science efforts, knowledge gained, and legacy of HST through published works. These products may include, but are not limited to the following:

* One article for popular media each year.

* Two scholarly articles for academic journals analyzing the history of HST operations.

* Two fact sheets and/or brochures for general distribution.

* One monograph on an aspect of the operations of HST (a short booklet of less than 100 pages).

* A chronology that captures the key events of the HST operational history.

* A formal, scholarly history of the operational history of HST to be published as a NASA Special Publication in the NASA History Series, the New Series in NASA History at the Johns Hopkins University Press, or by another publisher mutually agreed to by all parties. This will be the last deliverable in the contract. This volume should begin with an introduction that explains the purpose and scope of the book as well as its contents, describes the method of research and the parameters of study, and presents in an introductory manner the major themes considered in the work. The book should be organized chronologically, with each chapter developing major themes in the history of the subject. All writing should be in accordance with acceptable scholarly, literary, and methodological standards as established by the NASA History Office and reflected in earlier NASA history publications and the NASA style guide. Reference notes in this narrative should appear in proper academic style as established in the above and in the Chicago Manual of Style. A list of new or special terms and acronyms shall be included in a glossary and explained when first appearing in the text. Statistical material shall be organized in a readily understandable format. A bibliographical essay shall accompany the volume, as will an index prepared by the author after the manuscript reaches the page proof stage. Appendices will be included as appropriate. The author(s) will be expected to deliver electronic files containing the text of the final manuscript in Microsoft Word for PCs or some other mutually agreed upon word processing standard.

The finished manuscript must reflect extensive prior research of NASA records, scientific journals, reputable news sources, personal paper collections, interviews, and, as appropriate, public and private archives. Should any previously unknown archival material be located during the course of completing this work, it should be cited and thus made known to future researchers. Citation guidance and examples can be found in the NASA History Program Style Guide. Original research materials that are not readily available from other libraries and archives, including any oral history interview recordings and transcripts (and their requisite release forms), collected during the project shall be archived with the papers of the project, forming a coherent collection other researchers can use for future histories.

The contractor shall submit written progress reports of at least 300 words by electronic mail to the contract project manager each quarter, beginning one month after the award of the contract. The contractor will submit invoices to the NASA contract center as directed. The contractor shall provide all other deliverables to the contract project monitor on the milestone dates established in the contract.

The contractor shall turn in a draft version of the manuscript that is intellectually rigorous and reflects a clear and concise synthesis of the major themes of HST operational history. The manuscript deliverable will come in the form of electronic files prepared according to the directions contained in the NASA History Program Style Guide. The Style Guide includes mandatory instructions regarding the formatting of text in Microsoft Word files using the style palette (not the formatting toolbar).

The provisions and clauses in the RFP are those in effect through FAC – 2005-72

The NAICS Code for this procurement are 511120 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.

Delivery to NASA’s GSFC is required within 3 years ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by June 30, 2014 to Tamika.R.Seaforth@nasa.gov 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 (JUL 2013), 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 (SEP 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-28, 52.221-21 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33.

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

All contractual and technical questions must be in writing via email to Tamika.r.seaforth@nasa.gov no later than June 16, 2014. Telephone questions will NOT be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. 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.

Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications – Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm . These representations and certifications will be incorporated by reference in any resultant contract.

NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .

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/nais/link_syp.cgi . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Point of Contact

    Name: Tamika R Seaforth

    Title: Simplified Acquisition Spec

    Phone: 301-286-8386

    Fax: 301-286-1773

    Email: Tamika.R.Seaforth@nasa.gov

    

X

SpaceRef staff editor.