Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

18 -- UP TO 40 POLY PICOSATELLITE ORBITAL DEPLOYERS P PODS WITH THE CALIFORNIAPOLYTECHNIC STATE UNIVERSITY AND INTEGRATION INSIGHT OVERSIGHT OPTIONS

Notice Date
3/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK09ZOP001
 
Response Due
3/27/2009
 
Archive Date
3/13/2010
 
Point of Contact
Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, - Jacklyn L. Norman, Contract Officer, Phone 321-867-1500, Fax 321-867-4848, />
 
E-Mail Address
Allen.J.Miller@nasa.gov, jacklyn.l.norman@nasa.gov<br
 
Small Business Set-Aside
N/A
 
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 Sole Source Request for Quotation (RFQ) to CaliforniaPolytechnic State University (CalPoly) San Luis Obispo, CA for:Up To 40 Poly-Picosatellite Orbital Deployers (P-PODS) with the California PolytechnicState University and Integration Insight/Oversight Options Over a Five Year PerformancePeriod.Last item.The purpose of the P-POD is to integrate University CubeSat payload to the Launch Vehiclethird 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.CalPolygenerated the design concept, built the P-POD and performed all of the required strengthand failure modes and effects analyses to support the operation of the P-POD. CalPolyhas successfully used the P-POD to fly CubeSats on other launch vehicles. Due to theuniqueness of the P-POD, it is the only existing hardware that can meet the requirementsof the P-POD mission. Only CalPoly can manufacture, test, and integrate the P-POD tomeet the Government's technical and schedule requirements.The acquisition of any other contractor's deployer would entail unacceptable technicalrisk. 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 thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.The DPAS rating for this procurement is DO-C9Offers for the items(s) described above are due by March 27, 2009, 2:00PM (EST) toNASA-KSC, Attn: Allen Miller, OP-LS, KSC, FL 32899 and must include, solicitation number,FOB destination to KSC, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (NOV 2007), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe 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 orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated 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 theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 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 theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam 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 theDepartment of the Treasury). XX 52.232-34, Payment by Electronic Funds Transfer-Other than Central ContractorRegistration (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.htmSelection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, 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).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44fe8b767b1b1ad28c4a8c181d552ef1&tab=core&_cview=1)
 
Record
SN01769128-W 20090315/090313220336-44fe8b767b1b1ad28c4a8c181d552ef1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.