Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2012 FBO #3917
SOLICITATION NOTICE

A -- CERTIFICATION PRODUCTS CONTRACT

Notice Date
8/13/2012
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BT
 
ZIP Code
00000
 
Solicitation Number
NNJ12ZBT002R
 
Response Due
8/27/2012
 
Archive Date
8/13/2013
 
Point of Contact
Stephen H. Janney, Contracting Officer, Phone 281-792-7679, Fax 281-483-9738, Email jsc-ccp-cpc@mail.nasa.gov
 
E-Mail Address
Stephen H. Janney
(jsc-ccp-cpc@mail.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Johnson Space Center (JSC) plans to issue a Request for Proposal (RFP) to compete requirements for certification products in support of the Commercial Crew Program. The competition is anticipated to result in multiple awards of the Certification Products Contract (CPC), which will be Phase 1 of a phased acquisition involving a competitive down-selection process as defined in NFS 1817.73. The Phase 1 competition will be performed at the Johnson Space Center.After award, the Phase 1 contracts will be administered at the Kennedy Space Center. CPC will begin certification efforts under Phase 1 by contracting with multiple industry providers for the purchase of early lifecycle certification data products related to an end-to-end Crew Transportation System (CTS) for an International Space Station (ISS) Design Reference Mission (DRM). Contract deliverables include Alternate Standards, Hazard Reports, Verification and Validation Plan, and Certification Plan. Phase 1 contract scope will include technical interchange between NASA and the contractor on how deliverables meet NASA certification requirements. Phase 2 will build on the results of Phase 1 and continues the certification activity with focus on the major certification acceptance activities resulting in NASA certification.Phase 2 will also include at least one crewed ISS demonstration mission and may include additional crewed missions to ISS. The award criteria for Phase 2 will include demonstrated completion of previous specified Phase 1 requirements. The Government expects that only Phase 1 contractors will be capable of successfully competing for Phase 2.Proposals for Phase 2 will be requested from these contractors. Phase 2 will be solicited under a separate RFP to be released during the performance of the awarded Phase 1 contracts and will build on the results from Phase 1. Phase 2 will be synopsized in accordance with FAR 5.201 and 5.203. Notwithstanding the expectation that only Phase 1 contractors will be capable of successfully competing for Phase 2, proposals from all responsible sources submitted by the specified due date will be considered. In order to contend for Phase 2 awards, however, such prospective offerors must demonstrate an equivalent level of integrated design maturity to produce certification products as required by the Phase 1 contracts (CPC).Failure to fully and completely demonstrate the appropriate level of maturity may render the proposal unacceptable with no further consideration for contract award. The contract type for CPC will be Firm Fixed Price with each individual award not to exceed $10M. The contract period of performance is planned to be 15 months with an anticipated contract start in February of 2013. The CPC procurement is a full and open competition. All responsible sources may submit an offer to the RFP which shall be considered by the agency. The CPC procurement will not be set-aside for small businesses and will not require a small business subcontracting plan. There will not be a draft RFP released for CPC; only a final RFP will be released. The anticipated release date of the CPC RFP is on or about September 12, 2012, with an anticipated due date for proposals on or about October 12, 2012. After the release of the RFP, NASA/JSC plans to hold a virtual pre-proposal conference via webcast on or about September 19, 2012. NASA Clause 1852.215-84, Ombudsman, is applicable. The installation Ombudsman is Laurie Hansen, Phone:281-483-2823, Email: Laurie.N.Hansen@NASA.gov. Prospective offerors shall notify this office of their intent to submit an offer by August 27, 2012. This notification shall be sent via e-mail to the Contracting Officer at e-mail address listed below. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/JSC Business Opportunities home page is: http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. A procurement specific website has also been established for CPC and can be accessed at: http://procurement.jsc.nasa.gov/ccpcpc/. It is the offeror's responsibility to monitor the Internet sites listed above for the release of the solicitation including any amendments (if any) and any other updates provided on the procurement. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Prospective offerors are also invited to submit written comments or questions via electronic transmission to the Contracting Officer at the e-mail address shown below. When responding, please reference NNJ12ZBT002R. All contractual and technical questions must be submitted in writing (e-mail). Verbal questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ12ZBT002R/listing.html)
 
Record
SN02836610-W 20120815/120813235618-ef6e61fd8d6fc8d2e030be47128c6d05 (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.