SOLICITATION NOTICE
J -- REFURBISH AND INSTALL MERCURY REDSTONE ROCKET AT NEW KENNEDY SPACE CENTERPASS ID BLDG.
- Notice Date
- 7/1/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK08257702Q
- Response Due
- 7/21/2008
- Archive Date
- 7/1/2009
- Point of Contact
- Thomas Christopher Pino, Contracting Officer, Phone 321-867-3946, Fax 321-867-6226
- E-Mail Address
-
chris.pino-1@nasa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a firm fixed pricecontract to remove, repair and place the rocket from outside the previous Pass & IDBuilding on SR-3 south of Kennedy Space Center Gate 2 to its new location on SR-405directly west of Gate 3 to KSC. See the attached Statement of work for a detaileddescription of the requirements. The provisions and clauses in the RFQ are those in effect through FAC 05 -26.This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 339999 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Offers for the items(s) described above are due by July 21, 2008 to Thomas C. Pino, MailCode OP-OS-V, and must include, solicitation number, 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 authorizedcompany 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), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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 Statutesor Executive Orders-Commercial Items is applicable. The individual clauses will beidentified in the contract clauses. For questions, please contact the POC on thissynopsis/solicitation.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 The installation of the refurbished rocket and base at the new Badging Facility west ofKSC Gate 3, must be performed on a non-conflict basis for badging operations (hours ofoperation are Monday through Friday, 6AM to 4 PM.)All contractual and technical questions must be in writing (e-mail) to Thomas C. Pino(chris.pino-1@nasa.gov) not later than July 14, 2008. Telephone questions will not beaccepted.Selection and award will be made to that offeror whose offer is the lowest priced,technically acceptable with an acceptable past performance. It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).PREPARATION OF OFFERA. The offer in response to this request shall consist of three parts, a project plan, acapabilities package and cost/pricing information. In addition, the offeror is requestedto allow a 30-day acceptance period for the offer. The project plan will describe theapproach the offeror will use to accomplish the work identified in the Statement of Work. The plan, as a minimum, should include the following.It is limited to 2 pages:1. A short discussion of the technical approach for performing the work.2. Direct labor hours by labor categories. 3. Explanation of subcontract/consultant requirements if any.4. Explanation of travel requirements including quantity, duration and purpose if any.5. Explanation of material requirements, if any.B. The second part of the offer shall consist of a capabilities package that willinclude as a minimum the following information. It is limited to 3 pages.1. A brief narrative detailing the firms relevant experience in the restorationand transportation of rocket artifacts.2. A resume of the project manager and any key individuals that are anticipatedto work on the project. As a minimum, the offeror will provide position title,education, training, work experience and percentage of time to be dedicated on thiseffort. 3. Past performance information of work comparable to the effort required withinthe past three years that identifies company, customer name, performance period, dollaramount, phone number and a short description of the project.C. The cost/pricing portion of the offer should provide adequate pricing information. EVALUATION AND SELECTIONA. The offeror will be evaluated in accordance with the procedures identified below anda best value determination will be made. Please note, in addition to the informationcontained in your offer, other sources including but not limited to information obtainedfrom other Government organizations may be used. The selection process will be supportedby appropriate Government individuals in conducting the evaluation.B. Each offer will be evaluated on the project plan, capabilities packages, andcost/pricing information submitted. Significant emphasis will be placed on the projectplan. However, offerors are cautioned not to minimize the importance of adequateresponse to the relevant experience, key personnel and past performance data included inthe capabilities package, and the cost/pricing data, as they could be the determiningfactors in the award of any order.C. Evaluation of the project plan will focus on the following areas:Understanding of requirementTechnical approach to completing the effortOfferors must include completed copies of the provision at 52.212-3 (JUNE 2008), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d81d6c30483522048b1c6a061b64e3e4&tab=core&_cview=1)
- Record
- SN01605254-W 20080703/080701222323-89c11c92e7a0d6f1f9570955e73cb12a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |