SOLICITATION NOTICE
54 -- Mobile Shelter Structure for Lunar Lander
- Notice Date
- 1/30/2025 11:36:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- 80LARC891866Q
- Response Due
- 3/5/2025 1:30:00 PM
- Archive Date
- 03/06/2025
- Point of Contact
- Michael Devine
- E-Mail Address
-
michael.p.devine@nasa.gov
(michael.p.devine@nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 Quotation (RFQ) under solicitation number 80LARC891866Q for a large mobile shelter structure (MSS) capable of fully enclosing the Human Landing System (HLS) Project's Boilerplate Lunar Lander (BLL). The MSS will provide rated protection against wind and precipitation for a period of six years during testing of the BLL at NASA Langley Research Center (LaRC), Landing and Impact Research (LandIR) Facility. The MSS must also provide for anchoring at one of three points on the LandIR concrete pad. The Contractor will be responsible for assembling the MSS on site at LaRC. The following dates and times represent firm deadlines under this solicitation: (a) 13 FEB 2025 at 4:30pm EST � Deadline for offeror request to attend the site visit (b) 24 FEB 2025 at 4:30pm EST � Deadline for offeror questions (c) 05 MAR 2025 at 4:30pm EST � Deadline for submission of quotations The provisions and clauses in the RFQ are those in effect through FAC 2025-02. This acquisition is a 100% total small business set-aside. The NAICS Code and Size Standard are 332311 and 750 employees respectively. The Offeror shall state in their offer their size status for this acquisition. Notice to SBA qualified Nonmanufacturers and Wholesale Suppliers: This is a Nonmanufacturer Rule (NMR) Qualifying NAICS under FAR 19.505(c). No SBA waivers apply to this solicitation waving the NMR. Accordingly, Offerors are required to provide end products from manufacturers certified as small business concerns under the NAICS. Information regarding the NMR can be found at URL: https://www.sba.gov/partners/contracting-officials/small-business-procurement/nonmanufacturer-rule All responsible sources may submit an offer which shall be considered by the agency. Initial delivery of unassembled MSS to NASA Langley Research Center, Hampton VA is required by May 16, 2025, after receipt of order. Delivery shall be free on board (FOB) Destination. The selected Offeror shall work with the End-user Technical Representative (TR) for delivery point specifics after award. Final completed assembly and commissioning of the MSS is required by June 13, 2025. The payment terms will be NET 30. No partial payments or deliveries are acceptable. Offers for the items(s) described above must include, solicitation number, FOB destination to this NASA Center, proposed delivery schedule, discount/payment terms, warranty duration, 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: https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Solicitation Provision 52.204-7 and 52.204-29. If the end product(s) offered is other than domestic end product(s) as defined in the clause 52.225-1 entitled ""Buy American Act -- Supplies,"" the Offeror shall so state and shall list the country of origin. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (see FAR 2.101, Best Value), with consideration given to the following factors: (i) Technical capability of the item(s) offered to meet the Government requirement *(f) (ii) Price (iii) Delivery At a minimum, quotations shall include the following: (a) Price for each separate deliverable (b) Delivery FOB Destination to NASA Langley Research Center (c) Lead time (d) Overall Total Price (e) Quotations shall remain valid for 30 days unless otherwise expressly stated in the quotation *(f) Adequate product literature or other information to allow the Government to determine technical merit All Offerors shall complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) is applicable. Addenda to FAR 52.212-4 are as follows: Solicitation Provision 52.237-1, Clauses 52.204-9, 52.223-5, 52.226-7, 52.237-2, and 52.242-13. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (JAN 2025) is applicable and the following identified clauses are incorporated by reference: 52.203-6 with Alt. I, 52.219-6, 52.219-33, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-50, 52.222-54, 52.222-55, 52.222-62, 52.225-1, 52.226-8, and 52.232-33. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf Additional NFS and Center specific clauses and solicitation provisions are added by attachment. This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential Offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments. NASA intends to make the Gantry facility available for offeror site visit as indicated below: (a) Schedule for site visit: Date: Thursday 20 FEB 2025 Time: 11:00am EST Location: NASA Langley Research Center Building 1297 (Gantry Facility) 12 West Bush Road Hampton, VA 23681 (b) Attendance at the site visit is recommended; however, attendance is neither required nor a prerequisite for quote submission and consideration for award. (c) Interested Offerors shall submit their request to attend the site visit by Thursday 13 FEB 2025 at 4:30pm EST. The request shall be submitted by email to Michael Devine at michael.p.devine@nasa.gov with copy to Octavia Hicks at Octavia.l.hicks@nasa.gov . The subject of the email MUST read �Solicitation 80LARC891866Q Site Visit�. The following information shall be provided for each attendee: (i) Full first & last name (legal name as reflected on valid gov't issued pictured ID only) (ii) Affiliation (Company, University, Self) (iii) Affirmation that attendee is a U.S. Citizen (iv) Email address (d) Additional Center specific visitor instructions are added by attachment. All contractual and technical questions must be submitted electronically via email to Michael Devine at michael.p.devine@nasa.gov no later than Monday 24 FEB 2025 at 4:30pm EST. Telephone questions will not be accepted. Official answers to questions will be posted to the solicitation at Sam.gov. Responses to this combined synopsis/solicitation must be received via email to Michael Devine at michael.p.devine@nasa.gov no later than Tuesday 05 MAR 2025 at 4:30pm EST. Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award. The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic quotation by the due date and time specified for this RFQ shall result in the quotation being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d56d8934e2e84d1d85574a2e634f4c0b/view)
- Place of Performance
- Address: Hampton, VA 23681, USA
- Zip Code: 23681
- Country: USA
- Zip Code: 23681
- Record
- SN07328297-F 20250201/250130230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |