Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

R -- SIMLAB PARTICIPANTS

Notice Date
4/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10330815Q-AJJ
 
Response Due
4/30/2010
 
Archive Date
4/16/2011
 
Point of Contact
Jeannette Albiez, Contract Specialist, Phone 650-604-1029, Fax 650-604-0912, Email Jeannette.Albiez@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email ronnee.r.gonzalez@nasa.gov
 
E-Mail Address
Jeannette Albiez
(Jeannette.Albiez@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/ARC has a requirement for Simulation facilities (SimLabs) Participants toresult in a Blanket Purchase Agreement (BPA) for a total of 5 years (base period ofone-year with four one-year options). The Government estimates, but does not guarantee,that the volume of purchases through this agreement will be approximately $980,000.00 peryear or a total of $4,900,000 for the full five years.This BPA will not obligate anyfunds.This BPA will include two Contract Line Item Numbers (CLINs for the base year andeach option year): a Firm Fixed CLIN for the Simulation Participants and a Time andMaterials CLIN for Travel.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, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. Offerors are required to usethe On-Line RFQ system to submit their quote. The On-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#140796. The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.BACKGROUND: NASA Ames Research Centers Simulation facilities, jointly called SimLabs, support awide range of research with emphasis on aerospace vehicles, aerospace systems andoperations, aviation human factors and air transportation system safety and capacity. For more information please see: www.simlabs.arc.nasa.gov. SimLabs consists of flight simulators and air traffic control simulators as describedbelow: The flight simulators include the Crew Vehicle Systems Research Facility (CVSRF) B747-400Simulator; the CVSRF Advanced Concepts Flight Simulator; and the Vertical MotionSimulator (VMS). The air traffic control simulators include the FutureFlight Central(FFC) and the Crew Vehicle Systems Research Facility (CVSRF) Air Traffic Control (ATC)Lab. The CVSRF consists of two full motion flight simulators and an ATC Laboratory.The threecan be operated individually or integrated. The purpose of the CVSRF is to study safetyand technical innovations individually, or as they affect the pilot/controller workingrelationship. Typical CVSRF flight simulation experiments involve scenarios designed tolook at specific questions regarding pilot/flight deck interface or pilot/controllerinterface. There may be several runs per day or one real-time flight profile.Thetypical study will last one to two weeks. Typical CVSRF pilot and controller needs vary. Flight crews have normally been one crew (2 pilots) per day; however there have beenstudies that have required up to 5 crews per day for up to a week. ATC controller andpseudo-pilot requirements vary from zero to eight. The VMS is a high fidelity motion-base flight simulator capable of simulating a widerange of aerospace vehicle. FFC is a full-scale air traffic control tower simulator dedicated to solving the presentand emerging air traffic capacity and safety problem of the nations airports.TypicalFFC control tower simulations involve preparing a graphical model of an airport layoutand vicinity, several traffic exercise scenarios, and conducting full traffic operationswith certified controllers and pseudo-pilots pilots. Four to 25 pseudo-pilots controlthe aircraft in real-time and communicate verbally with the controllers. Training isconducted three days per week for three to five weeks to familiarize the pseudo-pilotswith the proficient operations of aircraft in the simulation airport. Two to six airtraffic controllers are also required to conduct the pseudo-pilot training. The actualexperiment normally runs for approximately one week. SimLabs customers are researchers from NASA, other government civil or military agencies,or private companies. Simulation experiments are conducted based on customer demand,which is not uniform throughout the year. Therefore NASA requires the SimLab participantContractor to have access to simulation participants whose schedules are flexible. WORK TO BE PERFORMED: Simulation participants are needed to support human-in-the-loop real-time simulation inaccordance with the attached Statement Work. These participants include air carrierpilots, staff pilots, pseudo-pilots, air traffic controllers (ATCs), traffic managementcontroller, dispatcher, subject matter expert, maintenance/engineer advisor. TheContractor shall provide these simulation participants on a temporary, as needed, basisto support experiments at NASA Ames Research Center in SimLab facilities. The Contractorshall recruit, hire, schedule, and complete visitor badge authorization for allsimulation participants. An understanding of the general requirements for typicalresearch conducted in simulation facilities is required. All participants must be UnitedStates citizens and speak English fluently. The contractor is required to maintain alarge pool of participants from which to draw the appropriate participants in time tomeet the simulation schedule.The contractor will be provided a Government Furnished Equipment (GFE) office from whichthey can manage the BPA. The on-site manager(s) will require non-visitor badges. Thecontractors on-site personnel will be responsible for arranging visitor badges for theSimLab participants.Specific requirements for the different labor categories are as stated in the attachedStatement of Work.Task orders will be placed based on predetermined fixed labor rates (burdened). Thecontractor may only charge for participants time spent on-site with a minimum of 4 hourscharged per day. Travel will be included in specific delivery orders as needed on a timeand materials basis. NASA calendar escalation rates are as follows:2010: 2.1%; 2011: 2.6%; 2012: 2.9%; 2013:3.0%; and 2014: 3.0%.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 488190 and$7M, respectively. The offeror shall state their size status for this procurement intheir offer. 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 April 30 @ 3pm PST to Jeannette Albiezby any of the following: mailed to at Ames Research Center, Mail Stop 241-1, P.O. Box 1,Moffett Field, CA 94035-0001, emailed to Jeannette.albiez@nasa.gov or faxed to650-604-0912 and must include, solicitation number, FOB destination to this Center,proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN),identification of any special commercial terms, and be signed by an authorized companyrepresentative. Offerors are encouraged, but not required, to use the Standard Form1449, 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), Instructionsto Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR clauses 52.222-50, 52.233-3,52.233-4, 52.219-6, 52.222-3,52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.232-33, 52.232-53and 52.226-6 are incorporated by reference. The resultant BPA will include the following FAR clauses: 52.204-7, 52.204-9, 52.217-8,52.217-9, 52.232-1, 52.243-1, 52.246-4, and 52.252-2.The resultant BPA will also include the following NASA Far Supplement (NFS) clauses: NFS1852.215-84, NFS 1852.233-70, NFS 1852.237-73, NFS 1852.223-70, NFS 1852.242-72.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 Offerors shall provide burdened, hourly rates for each labor category (flight simulatorpilots, pseudo-pilots, tower air traffic controllers, and radar air traffic controllers),for each of the five years (see Appendix A). All contractual and technical questionsmust be either emailed or faxed to Jeannette Albiez at Jeannette.albiez@.nasa.gov or650-604-0912, not later than Apr 23, 2010. Telephone questions will not be accepted. Selection 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, pastperformance, and price. One of the critical requirements of technical merit is:Contractor shall provide evidence of ability to recruit 25-30 participants for a singlesimulation project. For past performance, please provide a list of relevant workperformed in the past five (5) years, including contract type, contract number, technicaldescription, dollar amount, period of performance, and a customer reference name andtelephone number. It is critical that offerors provide adequate detail to allowevaluation 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. Offerorsare encouraged to enter their representations at the Online Representations andCertifications Application (ORCA) website: https://orca.bpn.gov/.These representationsand certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note 'B'. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10330815Q-AJJ/listing.html)
 
Record
SN02124861-W 20100418/100416235906-94e3f0a5801a404cefc0e058b54a7bbb (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.