SOLICITATION NOTICE
A -- 5X MISSION ASSURANCE SUPPORT SERVICES RECOMPETE
- Notice Date
- 4/9/2025 4:58:08 PM
- Notice Type
- Solicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA MANAGEMENT OFFICE -- JPL PASADENA CA 91109 USA
- ZIP Code
- 91109
- Solicitation Number
- TS-2663-1101135
- Response Due
- 4/18/2025 3:00:00 PM
- Archive Date
- 04/19/2025
- Point of Contact
- Tiffany Smith, Phone: 818-354-1623
- E-Mail Address
-
tiffany.m.smith@jpl.nasa.gov
(tiffany.m.smith@jpl.nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Jet Propulsion Laboratory (JPL) invites your organization to submit one written Time & Material proposal in conformance with the instructions contained in this letter and its enclosures, which comprise the RFP for JPL�s acquisition of the subject effort. This RFP does not commit JPL or the Government of the United States to pay any costs incurred in submitting your proposal. Proposers participate in this RFP process solely at their own risk and expense. JPL reserves the right to cancel this RFP and to reject any or all proposals. Within JPL, there is a Mission Assurance Division (5X) which manages the Reliability Engineering and Mission Environmental Assurance Office, the Quality Assurance Office, the Electronic Parts Engineering Office, and the System Safety Engineering Office. There is also the Mechanical Systems Engineering, Fabrication and Test Division which manages the Spacecraft Mechanical Engineering Office. These offices are responsible for providing specialized technical engineering services for all JPL in-house projects/missions. These services include engineering support in the following areas: reliability, environments, electromagnetic compatibility, probabilistic risk assessment, quality assurance and inspection, electronic parts engineering and failure analysis, structural analysis and hardware engineering. This competitive solicitation will result in the award of multiple subcontracts. As a result of this RFP, two (2) subcontracts will be awarded to one (1) source as follows: 5X Mission Assurance Support Services requiring Subcontractor labor category A � Staff Augmentation. 5X Mission Assurance Support Services requiring Subcontractor labor category Z � Task-Based. Please see Technical/Management Proposal Instructions within this RFP for additional information regarding the two distinctive labor categories. The subcontracts awarded as a result of this RFP will be in effect for four (4) years with the possible award of two options for three (3) years each. The subcontract that this effort will succeed is scheduled to expire this calendar year. A phase-in period is planned between the award of this subcontract and the expiration of the existing subcontract. Please note that this is a small business set-aside. For small businesses participating in this RFP, the APEX Accelerators can provide guidance to small businesses in Government Contracting and other free services such as counseling, training, workshops, etc. APEX website: www.apexaccelerators.us An additional resource for small businesses is the Small Business Development Center (SBDC). The SBDC program is the SBA�s largest small business development program and offer free services as well. SBDC Website: https://pcrsbdc.org/ The North American Industry Classification System (NAICS) code and description for this acquisition is 541715 - Research and Development in the Physical, Engineering, and Life Sciences. The size standard for this NAICS code is <1,000 employees. Additional information can be found here: https://www.sba.gov/document/support-table-size-standards. Provide your CAGE Code and the name of your cognizant Government Audit Agency (i.e. DCAA, etc.), if any, their phone number and point of contact, and a copy of the letter that indicates their approval of your organization�s direct and indirect rates. Submit your proposal by email to the undersigned. If a joint venture business is proposing, each joint venture partner must qualify as a Small Business under NAICS Code 541715. See 13 CFR � 125.8(a). Each entity that is a partner to the joint venture should complete the A-22 Small Business Joint Venture certificate set forth in the RFP. A mentor-prot�g� joint venture consisting of a prot�g� Small Business and its SBA-approved mentor may also submit an offer, provided that the prot�g� is small under NAICS Code 541715. See 13 CFR � 121.103(h)(2)(ii). Each entity that is a partner to the joint venture should complete the A-22 Small Business Joint Venture certificate set forth in the RFP. Mentor-prot�g� joint ventures must also provide proof that they have been approved by SBA at the time they submit their proposal. See 13 C.F.R. � 125.9. If an entity submits a proposal as a joint venture, JPL may consider and evaluate the relevant capabilities, past performance, experience, business systems, and certifications of each separate business entity forming the joint venture, as well as the joint venture itself. While there might be circumstances in which extensive experience by a mentor in an SBA-approved mentor prot�g� joint venture might offset critical requirements by a prot�g�, it would be best if both members of the joint venture meet the critical required experience. Any proposer who does not have the required experience will not be a viable competitor, has no reasonable chance of competing and is expressly discouraged from proposing. PROPOSERS ARE ADVISED THAT JPL HAS IDENTIFIED MANDATORY QUALIFICATIONS FOR THIS RFP. THE MANDATORY QUALIFICATIONS ARE TO PROVIDE THE PROSPECTIVE PROPOSER WITH A BASIS FOR DETERMINING WHETHER OR NOT THEY MIGHT MEET THE MINIMUM REQUIREMENTS FOR CONSIDERATION OF AWARD. PROPOSERS MUST MEET THE MANDATORY QUALIFICATIONS BY THE TIME OF SOLICITATION AND AT THE TIME OF AWARD IN ORDER TO BE CONSIDERED A SELECTED SOURCE AND THEREBY ELIGIBLE FOR AWARD. THE REQUIREMENTS FOR A PROPOSER ARE AS FOLLOWS: Satisfy the specific NAICS Code, 541715 - Research and Development in the Physical, Engineering, and Life Sciences, size standard of up to 1,000 employees. Proposers must review https://www.sba.gov/document/support-table-size-standards and complete the acknowledgement form (A-1) set forth in the RFP to satisfy NAICS Code requirements. Proposer must have had at any one time, within the last 12 months prior to the issuance date of this RFP, a minimum of 30 bona fide employees employed in labor categories of similar nature to those required by JPL. Evidence shall include payroll records specifying payroll week ending date, employee name, and job title. Documentation submitted shall be from the same single week in the past 12 months. Failure to provide any of the data requested in this RFP may render the proposal nonresponsive. Important Dates: 1. Pre-proposal Conference Proposers will be invited to attend an optional Pre-proposal Conference (virtual) on Monday, March 17, 2025, from 10:30 AM to 12 PM. Additional details regarding the Pre-proposal Conference will be provided via e-mail prior to the scheduled event. 2. Proposal (Part I) Part I proposal is due at JPL no later than March 28, 2025, by 3:00 p.m. (Pacific Time). By no later than April 18, 2025, as a convenience to JPL, provide to the undersigned, an email statement that you do or do not intend to submit a proposal. Part I must include the Mandatory Qualifications, Technical, and Past Performance proposal. This part addresses the RFP's Technical and Past Performance proposal instructions. Additional instructions for Past Performance can be found in Attachment A-14 of this RFP. 3. Proposal (Part II) Proposers who are notified to move on after the evaluation of Part I, will be notified to submit Part II. Additional details regarding the Part II will be provided via e-mail prior to the due date. Part II must include the Management and Cost/Price proposal addressing the RFP�s Management and Cost/Price proposal instructions and evaluation criteria. 4. Proposal (Part III) Proposers who are notified to move on after the evaluation of Part II, will be notified to submit Part III. Additional details regarding the Part III will be provided via e-mail prior to the due date. Part III must include electronically submitted slides to be used during the Oral/Virtual Presentation. Should you have any questions, please address them to the undersigned by e mail. Sincerely, Tiffany M Smith Subcontracts Manager Phone No.: (818) 354-1623 E-mail: tiffany.m.smith@jpl.nasa.gov Attachments: RFP consisting of: � Cover Sheet and Table of Contents � General Instructions � Technical/Management Instructions � Cost/Price Instructions � RFP Attachments Standard Subcontract consisting of: � Standard Subcontract � Referenced Exhibits � Referenced GPs & AGPs � Subcontract Form Set GENERAL INFORMATION Note to all Proposers: Under the JPL/NASA Prime Contract the California Institute of Technology (Caltech) operates the Jet Propulsion Laboratory (JPL). JPL is a Federally Funded Research and Development Center (FFRDC) funded by NASA that conducts research and development in space science and other science areas specified or approved by NASA. See FAR 35.017 for description of FFRDC. JPL is also the name of an unincorporated subdivision of Caltech a private non-profit educational institution chartered under the laws of the State of California. JPL is not an agent of the Government. In connection with research performed under JPL/NASA Prime Contract, JPL is frequently called upon to obtain and evaluate cost or pricing data submitted by subcontractors as required by FAR 15.402, 15.403-4(b) and 15.404-2(a). JPL is authorized to obtain proposal evaluations and rates and factors from either DCMA or the appropriate contract administrative/audit activities as necessary to evaluate a prospective subcontractor�s proposal. Addendum No. 001 (Updated March 6, 2025) This addendum is provided to all proposers for clarification of the subject RFP. This addendum clarifies the Pre-proposal Conference date and addresses prospective proposer questions. 1. Under Cover Page, Important Dates, the Pre-proposal Conference date has been scheduled. Proposers are invited to attend an optional Pre-proposal Conference (virtual on Microsoft Teams) on Monday, March 17, 2025, from 10:30 AM to 12 PM. Link: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MmVlNTQwZmYtYjdiNC00MGY0LTg5YmUtZTg4Njg4MThkOWM1%40thread.v2/0?context=%7b%22Tid%22%3a%22545921e0-10ef-4398-8713-9832ac563dad%22%2c%22Oid%22%3a%22b93261d3-c40a-4d18-ba72-6f446ded4cb5%22%7d Meeting ID: 214 274 004 711 Passcode: JR9Lx798 Dial in by phone +1 323-813-7400,,124655443# United States, Los Angeles Phone conference ID: 124 655 443# 2. Question and Answers: No.1 Question: Who is the incumbent that was previously awarded and what was the previous award amount? JPL Response: The incumbent Subcontractor is Bastion Technologies, Inc. JPL has no way to make an accurate estimate of the number of subcontractor personnel that will be required or subcontract value over the term of the subcontract. However, between 1994 and 2025, the subcontract value has ranged between $2.9M-$124M. The RFP due date is not changed by this addendum. The date for Part I remains March 28, 2025, Local Time: 3:00 p.m. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal. Addendum No. 002 (Updated March 20, 2025) This addendum is provided to all proposers for clarification of the subject RFP. This addendum provides a link to the Pre-proposal Conference recording and clarifies the due date for Part I. 1. Proposers were invited to attend an optional Pre-proposal Conference (virtual on Microsoft Teams) that took place on Monday, March 17, 2025, from 10:30 AM to 12 PM. Link to recording: https://jpl365prod-my.sharepoint.com/personal/tiffany_m_smith_jpl_nasa_gov/_layouts/15/stream.aspx?id=%2Fpersonal%2Ftiffany%5Fm%5Fsmith%5Fjpl%5Fnasa%5Fgov%2FDocuments%2FRecordings%2F5X%20MASS%20Recompete%20Pre%2DProposal%20Conference%2D20250317%5F103006%2DMeeting%20Recording%2Emp4&referrer=StreamWebApp%2EWeb&referrerScenario=AddressBarCopied%2Eview%2E93768e6a%2D056a%2D44cb%2D88ae%2Dd2e621941b9d 2. Under Request for Proposal Cover Sheet, delete March 28, 2025, Local Time: 3:00 p.m. and replace as follows: PROPOSALS ARE TO BE RECEIVED AT JPL NO LATER THAN: � Part I � Due Date: April 11, 2025, by 3:00 p.m. Pacific Time As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal. Addendum No. 003 (Updated March 28, 2025) This addendum is provided to all proposers for clarification of the subject RFP. This addendum provides clarification of the technical/management instructions, criteria and factors, and provides Q&A. 1. Request for Proposal, TECHNICAL/MANAGEMENT PROPOSAL INSTRUCTIONS, 1.0, Mandatory Qualifications, 1.1.2, delete in its entirety and replace as follows: 1.1.2 Proposer must have had at any one time, within the last 12 months prior to the issuance date of this RFP, a minimum of 30 bona fide employees employed in labor categories of similar nature to those required by JPL. Evidence shall include payroll records specifying payroll week ending date, employee name, and job title. Documentation submitted shall be from the same single week in the past 12 months. (maximum of 30 pages) 2. Request for Proposal, TECHNICAL/MANAGEMENT PROPOSAL INSTRUCTIONS, 2.0, Background Information, 2.7, delete Cat Z table in its entirety and replace using table in the �TS-2663-1101135 Addendum No. 3� attachment. 3. Request for Proposal, TECHNICAL/MANAGEMENT CRITERIA AND FACTORS, 1.2, Criterion T2- Personnel Qualifications, 1.2.2, Factor 2 � Qualifications of Support Personnel, delete in its entirety and replace as follows 1.2.2 Using the table under 2.0- Background Information as a guide, provide a minimum of two (2), and a maximum of five (5), complete and current resumes for each discipline provided. In other words, no more than five (5) resumes pertaining to any one (1) engineering discipline. Include schools attended, degrees obtained, a complete employment history, clearances for the individuals proposed, and their areas of responsibility. Provide current assignment and location of proposed personnel. Total resumes submitted for this effort must not exceed sixty (60). 4. Request for Proposal, TECHNICAL/MANAGEMENT CRITERIA AND FACTORS, 1.3, Criterion M1- Staffing & Management Plan for Category A � Staff Augmentation, 1.3.1, Factor 1 � Staffing, 1.3.1.4, delete in its entirety and replace as follows: 1.3.1.4 Prospective source may need to accommodate rapid fluctuations in staffing as dictated by project/mission needs. Describe past experience of fulfilling a need to add staff within fifteen (15) business days or less. Include any best practices on managing a large number of work orders. 5. Request for Proposal, TECHNICAL/MANAGEMENT CRITERIA AND FACTORS, 1.4, Criterion M2- Staffing & Management Plan for Category Z � Task-based Work, 1.4.1, Factor 1 � Staffing, 1.4.1.6, delete in its entirety and replace as follows: 1.4.1.6 Prospective source may need to accommodate rapid fluctuations in staffing as dictated by project/mission needs. Describe past experience of fulfilling a need to add staff within fifteen (15) business days or less. Include any best practices on managing a large number of work orders. 6. Request for Proposal, Attachments to the Solicitation, delete A-15 Cost Elements Breakdown Form, JPL Mission Assurance Support Services (MASS) Rate Detail in its entirety and replace with JPL Mission Assurance Support Services (MASS) Rate Detail, R1. 7. Q&A for 5X Mission Assurance Support Services Recompete, dated 3/28/2025. The RFP due date is not changed by this addendum. The date for Part I remains April 11, 2025, Local Time: 3:00 p.m. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal. Addendum No. 004 (Updated April 9, 2025) This addendum is provided to all proposers for clarification of the subject RFP. This addendum clarifies the pre-proposal presentation, due date, and updated Q&A. 1. Proposers were invited to attend an optional Pre-proposal Conference (virtual on Microsoft Teams) that took place on Monday, March 17, 2025, from 10:30 AM to 12 PM. A copy of the PowerPoint slides is attached. 2. Under Request for Proposal Cover Sheet, delete April 11, 2025, Local Time: 3:00 p.m. and replace as follows: PROPOSALS ARE TO BE RECEIVED AT JPL NO LATER THAN: � Part I � Due Date: April 18, 2025, by 3:00 p.m. Pacific Time 3. Q&A for 5X Mission Assurance Support Services Recompete, dated 4/9/2025. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/54d62ae64f9e4282a0f55a78eb714641/view)
- Place of Performance
- Address: La Canada Flintridge, CA 91011, USA
- Zip Code: 91011
- Country: USA
- Zip Code: 91011
- Record
- SN07402298-F 20250411/250409230052 (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 |