Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13, 2000 PSA #2705
SOLICITATIONS

A -- NGST ADVANCED CRYOCOOLER SYSTEM DEMONSTRATOR (ACSD)

Notice Date
October 11, 2000
Contracting Office
NASA/Goddard Space Flight Center, Code 214.1, Greenbelt, MD 20771
ZIP Code
20771
Solicitation Number
RFO5-53452-360
Response Due
October 26, 2000
Point of Contact
Lorrie L. Eakin, Contracting Officer, Phone (301) 286-0176, Fax (301) 286-1779, Email Lorrie.L.Eakin.1@gsfc.nasa.gov -- Michael E. McGrath, Contracting Officer, Phone (301)286-8085, Fax (301)286-1670, Email Michael.E.McGrath.1@gsfc.nasa.gov
E-Mail Address
Lorrie L. Eakin (Lorrie.L.Eakin.1@gsfc.nasa.gov)
Description
Procurement Background: ______________________ NASA is planning future large space observatories as part of the Astronomical Search for Origins and Planetary Systems theme and the Structure and Evolution of the Universe theme in the Space Science Enterprise. One of the key technology needs common to a number of them is the capability to reliably cool detectors and associated components to temperatures as low as 5K for an extended mission duration. For this reason, two nearer term missions from the ASO theme, the Next Generation Space Telescope (NGST), and the Terrestrial Planet Finder (TPF) plan to jointly fund the development of cooler technology. NASA/GSFC's goal in this procurement is to develop a mature cryocooler system technology that can be appropriately packaged to meet NGST's near-term requirements. NASA/GSFC plans to issue a Request for Offer (RFO) for the acquisition of a design (Phase 1) for NGST's Advanced Cryocooler System Demonstrator (ACSD). This acquisition will be conducted as a phased procurement using a competitive down-select technique between phases. In this technique, multiple contractors will be selected for Phase 1. It is expected that the contractors for Phase 2 will be chosen among these contractors after a competitive down-selection. A brief description of Phases 1 and 2 follows: 1. Phase 1 is anticipated to be a six-month configuration study, which covers preliminary definition of breadboard and flight model cooling systems for NGST. NASA/GSFC anticipates awarding multiple contracts for this phase. Phase 1 will include coordination with the NGST prime spacecraft contractor(s) in support of system-level issues. Total funds in the amount of $1.2M are anticipated to be available for all contracts for Phase 1. The Government anticipates approximately three Phase 1 awards. 2. Phase 2 will cover the design, fabrication, and test of a breadboard cooling system, and definition of engineering model and flight model cooling systems. NASA/GSFC anticipates awarding multiple contracts for this phase. Phase 2 will include coordination with the NGST prime spacecraft contractor(s) in support of system-level issues. This procurement will be a full and open competition under NASA Midrange Procurement Procedures. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 334519 (formerly SIC Code 3829) and 500 employees, respectively. The DPAS Rating for this procurement is DO-C9. The provisions and clauses in the RFO and model contract are those in effect through FAC 97-19. The resulting Phase 1 contract will be firm fixed price. NASA/GSFC intends to issue a separate, formal solicitation for Phase 2. All information required for preparation of Phase 2 proposals including solicitation provisions, model contract terms and conditions, and the final evaluation criteria and factors will be provided at that time. Phase 2 will be synopsized in the Commerce Business Daily (CBD) in accordance with FAR 5.201 and 5.203 unless one of the exceptions in FAR 5.202 applies. The competition for Phase 2 will be based on the results of Phase 1. Notwithstanding NASA's expectation that only the previous phase contractors will be capable of successfully competing for the subsequent phase, all proposals will be considered. Any other responsible source may indicate its desire to submit a proposal by responding to the Phase 2 synopsis, and NASA/GSFC will provide to that source all the material furnished to the previous phase contractors that is necessary to submit a proposal. To be considered for a Phase 2 award, however, outside offerors must demonstrate a design and technology maturity equivalent to that of the previous phase contractors, such demonstration to include the Phase 1 deliverables. Failure to fully and completely demonstrate the appropriate level of design maturity may render the proposal unacceptable with no further consideration for award. Present plans are for a separate solicitation for an engineering model (Phase 3) with a priced option for the flight unit for NGST (Phase 4). The Government will determine the specific procurement approach for Phase 3 prior to the end of Phase 2, but all proposals will be considered that demonstrate a design and technology maturity as well as fabrication readiness equivalent to that of the Phase 2 contractors. NASA/GSFC intends to explore, in parallel, the possibility of an in-house capability to satisfy NGST's near-term requirements through technology development at NASA's Jet Propulsion Laboratory (JPL). At the conclusion of the procurement, a final make or buy decision shall be made. NASA/GSFC intends to use all available resources within NASA and other government agencies to evaluate private industry's capabilities to meet said requirements, including any such resources available through NASA's JPL. Sources Sought Notice: _____________________ NASA/GSFC plans to issue a draft RFO via the internet, on or about October 11, 2000. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. Prospective offerors are invited to sumbit comments or questions to: Lorrie L. Eakin, Contracting Officer, at Mail Code 214.1, no later than October 26, 2000. In responding reference RFO5-53452-360. NASA/GSFC is particularly interested in any comments regarding any perceived safety, occupational health, security (including information technology security), environmental, export control, and/or any programmatic risk (i.e., cost, technical, or schedule) associated with performance of the work. Comments may be forwarded to Lorrie L. Eakin via electronic transmission or by facsimile transmission. Ms. Eakin's e-mail address is: Lorrie.L.Eakin.1@gsfc.nasa.gov, and her facsimile number is (301) 286-1779. This solicitation/synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Respondents will not be notified of the results of the review. Any questions regarding this announcement should be directed to the identified point of contact. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, or PowerPoint 4.0) format and 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/GSFC Business Opportunities home page is http://genesis.gsfc.nasa.gov/nasanote.html
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#RFO5-53452-360)
Record
Loren Data Corp. 20001013/ASOL010.HTM (D-285 SN5040N1)

A - Research and Development Index  |  Issue Index |
Created on October 11, 2000 by Loren Data Corp. -- info@ld.com