Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 29, 2001 PSA #2818
SOLICITATIONS

C -- CONCEPTUAL DESIGN AND ANALYSIS OF ADVANCED SPACE TRANSPORTATION SYSTEMS

Notice Date
March 27, 2001
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
ZIP Code
35812
Solicitation Number
8-1-1-T3-D3010
Response Due
April 9, 2001
Point of Contact
Teresa A. Foley, Contracting Officer, Phone (256) 544-0335, Fax (256) 544-2812, Email teresa.foley@msfc.nasa.gov -- George E. Pendley, Contracting Officer, Phone (256) 544-2949, Fax (256) 544-2812, Email george.pendley@msfc.nasa.gov
E-Mail Address
Teresa A. Foley (teresa.foley@msfc.nasa.gov)
Description
THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE SOLE SOURCE SYNOPSIS FOR CONCEPTUAL DESIGN AND ANALYSIS OF ADVANCED SPACE TRANSPORTATION SYSTEMS. Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis and a written amendment will not be issued. The purpose of this amendment is to delete the sole source synopsis posted on March 6, 2001, it its entirety. The Government has determined based upon information received to convert from sole source to full and open competition for the CONCEPTUAL DESIGN AND ANALYSIS OF ADVANCED SPACE TRANSPORTATION SYSTEMS. For budgetary purposes the estimated cost for this effort is between $20K -- $25K. The following replaces the sole source synopsis: 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The contractor shall provide disciplinary support in the development of various vehicle conceptual designs using advanced propulsion technologies and generate detailed performance results for both reference and alternate configuration and missions. Required disciplinary support includes trajectory definition, analysis & optimization; vehicle weights & sizing analysis; and propulsion performance analysis. The contractor shall assist NASA-MSFC in the development of in-house capability to run the OTIS trajectory code, and conduct other system performance analyses, to the extent specified by NASA. The contractor shall also review and recommend study approaches, techniques, trade studies and products to the study team leader and provide consultation services to study design team members in the vehicle performance, mass properties, and aero-propulsion disciplines. The period of performance for this effort is approximately six months. Deliverable products shall include vehicle performance & sizing results for the various conceptual design and trade studies performed. The results of the conceptual design and trade studies shall be presented at MSFC upon conclusion of the period of performance. The provisions and clauses in the RFQ are those in effect through FAC 97-23. 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 541330 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to MSFC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by April 9, 2001 and may be mailed or faxed to Teresa A. Foley, PS52B, MSFC, AL 35812 or faxed to 256-544-2812 and shall include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. Exceptions to FAR 52.212-1 are as follows: (d), (h), and (i). If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-4, 52.211-15, and 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: FAR 52.212-5(b), 52.222-27, 52.222-35, 52.222-36, 52.225-3, and 52.232-34. 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 Questions regarding this acquisition must be submitted in writing no later than April 4, 2001. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=62 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: 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=62#8-1-1-T3-D3010)
Record
Loren Data Corp. 20010329/CSOL002.HTM (D-086 SN50H4T8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 27, 2001 by Loren Data Corp. -- info@ld.com