SOLICITATION NOTICE
99 -- DISCRETE EVENT SIMULATION (DES) MODELS
- Notice Date
- 9/6/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- MR-021262
- Point of Contact
- Jalane G. Shelton, Contracting Officer, Phone (321) 867-7278, Fax (321) 867-2825, Email Jalane.Shelton-1@ksc.nasa.gov
- E-Mail Address
-
Email your questions to Jalane G. Shelton
(Jalane.Shelton-1@ksc.nasa.gov)
- 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). The primary purpose of this project is to maintain, continue to develop, and extend the foundation of Discrete Event Simulation (DES)models for application to the operations analysis of future Reusable Launch Vechicles (RLV). There are three (3) overall objectives (see attached Statement of Work) which consist of Shuttle Macro Level DES model, Automatic RLV DES Model Generation, and Generic RLV DES Model System. The three (3) projects shall awarded as one award. The provisions and clauses in the RFQ are those in effect through FAC 2001-07. This procurement is a total small business set-aside.= =20 See Note 1. The NAICS Code and the small business size standard for this procurement are 54133 and 500, 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 shall be FOB Destination and in accordance with the Statement of Work. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 2:00 P.M. Eastern Standard Time (EST), September 24, 2002 and may be mailed or faxed to Kennedy Space Center, Mail Code: OP-MS, Attn: Jalane Shelton, Kennedy Space Center FL 32899, Fax number: (321) 867-7278 and 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 shall provide the information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as follows: 1852.211-70 Reserves Paragaphs D, E, F, H, I, and 52.212-1. 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 and are attached. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.211-15 and 52.247.34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. FAR 52.222-21, 52-222.26, 52.222-35, 52.222-36, 52.222-36, 52.222.37, 52.225-1, 52.225-13, 52.232-34, 52.239-1, 52.227-14, 52.227-17.= =20 NASA FAR Supplement Clause 1852.227-70 New Technology(Nov 1998) is incorporated by reference. NASA FAR Supplement Clause 1852.204-74, Central Contractor Registration (Oct 2001)is incorporated by reference. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/=20 The NFS may be obtained via the Internet at URL:=20=20 http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Contractor shall provide "level of expertise" as stated in the Statement of Work in detail.= =20 Questions regarding this acquisition must be submitted in writing no later than 2:00 PM, Eastern Standard Time (EST), September 13, 2002 to the above address or fax to the above number. After the closing date, the questions with answers will be consolidated and posted as an amendment to this solicitation. Selection and award will be made (on an aggregate basis) 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 in accordance with the Statement of Work 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):=20=20 http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DC&pin=3D76 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note(s) 1.= =20 Any referenced notes can be viewed at the following URL:=20 http://genesis.gsfc.nasa.gov/nasanote.html=20=20=20
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=3DD&pin=3D76#103032)
- Record
- SN00160331-W 20020908/020906214105 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |