SOLICITATION NOTICE
B -- Special Studies
- Notice Date
- 9/10/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Ek-242
- Response Due
- 9/12/2003
- Archive Date
- 9/27/2003
- Point of Contact
- Sarah Huber, Contract Specialist, Phone 301-713-3478 x135, Fax (301) 713-0806, - Annita Wimbish, Contracting Officer, Phone 301-713-3478 x173, Fax 301-713-0809,
- E-Mail Address
-
sally.j.huber@noaa.gov, annita.l.wimbish@noaa.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS UNDER THE AUTHORITY OF THE FEDERAL ACQUISITION REGULATION (FAR) SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITESM, AND IS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - AS SUPPLEMENT WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS SOLICTATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. The solicitation number is EK-242 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. The associated North American Industrial Classification system (NAICS) code for this acquisition is 541330 with a small business size standard of $4.0 million. This acquisition is unrestricted and all responsible parties may submit a quote. The National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Services (NESDIS), Office of Systems Development (OSD) has a requirement for mission, navigation, design and cost studies for a Polesitter Experiment (PE) and associated engineering tests and reports. These reports should apply to an expected flight opportunity from which flight data could later be acquired. The Contractor shall deliver a Requirements, Navigation and Design Study Report by September 30, 2003 and provide test data no later than October 30, 2004. The design shall meet the mission objectives and include carrying a RF beacon. The mission objectives are - (1) in an earth escape orbit - to successfully deploy the solar sail and its vanes, and to deliver imagery of same (85% of the objective) - (2) of the end-of-life experiment - to elevate out of the ecliptic (10% of the objective) and to sail through/near any of the elevations (25+ degrees) from the ecliptic which could support future NOAA/DOD/USAP requirements in elevated artificial lagrange points (3% of the objective), and to deliver RF data for evaluation of space weather products and spacecraft location (2% of the objective). All study and test data may be shared with NASA/LaRC. The Government will make the data reception cites available to the Contractor. The Polesitter Orbital Analyses portion of the deliverable shall provide verification of propulsive reflectivity force model solar sail vehicle based on the estimate of upper and lower expected characteristic acceleration, shall determine minimum-time trajectories to such hover points from Earth escape and determine the required sail attitude time history, shall investigate the stability of the hover point and the time-scale over which the solar sail vehicle will drift from the nominal hover point if no active control is attempted, shall determine the Delta V required for Earth escape from GTO, shall determine attitude control requirements for selected mission and vary propulsive reflectivity by as much as two point in trajectory determination The contractor shall incorporate into study results proposed engineering test data that supports the mission design in at least the following areas: 1. control actuators functioning, 2, solar sail deployment, 3. solar sail characterization, 4. deployment system rigidization (if applicable), 5. solar sail subsystem to s/c integration simulations, 6, any other supporting test data the contractor chooses to propose. The Contractor shall comply with the following reporting requirements: the Contractor shall attend weekly telecoms with the participants and the customer(s); the Contractor shall attend a formal mid-point briefing to be given for NOAA; and the Contractor shall attend a final formal briefing that will be given by NOAA and in which the Contractor shall provide an annotated final report. This is a firm fixed price requirement. The Contractor shall provide a firm fixed price for the following Contract Line Item Numbers (CLINs): CLIN 0001 The Contractor shall provide Polesitter Experiment Mission Requirements Study and Test Reports in accordance with the requirements stated above; and CLIN 0002 The Contractor shall provide Polesitter Experiment Navigation and Design Studies Test Reports in accordance with the requirements stated above. The firm fixed price shall include the cost for all aspects of this requirement including the teleconferences and meetings identified above. FOB Destination. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. This FAR reference can be retrieved from the Internet at the following url: www.arnet.gov/far. In accordance with FAR 52.212-1, offerors must show the solicitation number, the time specified in the solicitation for receipt of offers, the name, address, and telephone number of the offeror, a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements, price, remit to address, if different than mailing address, and a complete copy of the representations and certifications at FAR 52.212-3. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in this solicitation. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. 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, price and other factors considered. The technical evaluation factors are technical approach and ability. The evaluation factors other than price, when combined, are significantly more important than cost or price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition with the following numbered items from the clause marked as applicable: (1), (3), (7), (13) through (19), (24), and (30). Offerors shall submit (1) an original and two copies of the information specified by FAR 52.212-1 as restated above (including a technical description of the offeror's technical approach and technical ability that will be used for evaluation purposes); (2) a copy of the offeror's most recent published price list or pricing furnished for similar items to other customers; (3) a completed representation and certification in accordance with FAR 52.212-3. Submissions shall be received by September 5, 2003 at 3:00 pm local time. The submission shall be received at the following location by the date and time specified above: NOAA, NESDIS Acquisition Management Division, Attn: Sally Huber, SSMC 3, Room 10100, OFA 64, 1315 East West Highway, Silver Spring, Maryland 20910. FAX and EMAIL SUBMISSIONS SHALL NOT BE ACCEPTED. Question regarding this acquisition should be forwarded to Sally Huber tel: 301-713-3478.
- Place of Performance
- Address: 1335 East West Highway, Silver Spring, MD
- Zip Code: 20910
- Country: USA
- Zip Code: 20910
- Record
- SN00430756-W 20030912/030910213120 (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 |