SOLICITATION NOTICE
A -- FIELD THEORY RESEARCH FOR LUNAR PLASMA
- Notice Date
- 2/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07ZPT015Q
- Response Due
- 2/26/2007
- Archive Date
- 2/6/2008
- Small Business Set-Aside
- Total Small Business
- 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; offers are being requested and a written solicitation will NOT be issued. This notice is being issued as a Request for Quotation (RFQ)] for the following Statement of Work: Develop field theory for lunar plasma, including stochastic theory and mean field approximations. This phase of the contract includes the following tasks: 1. Formulate governing equations for lunar plasma, including Vlasov equations and electromagnetic field equations for dielectric and conductive media. 2. Using current estimates of solar plasma parameters, derive a reduced model of applicability to conditions on the lunar lit, dark, and terminator regions. 3. Develop preliminary estimates of charge, potential and time constants for dust particles of varying size in the nanometer to micron size. Develop estimates for operating parameters of lunar plasma instruments on the moon, including but not limited to Langmuir probe, dust size distribution function and charging times. This phase of the contract includes the following tasks: 4. List of recommended instruments for robotic missions for measurement of plasma parameters of interest 5. Geometrical estimates of proposed instruments for measurement of plasma parameters 6. Predicted error bands and worst case scenarios for said instruments. Deliverables: The contractor shall deliver NASA two (2) reports, the first due within 5 months and the final due at the conclusion of the study, as well as be available for technical discussions on the work for one hour every week during the duration of the project. The work will performed at the contractor?s site. The contract duration will be ten (10) months. The provisions and clauses in the RFQ are those in effect through FAC 05-14. 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 541710 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. Delivery shall be FOB Destination. Offers for the items(s) described above are due by Noon Eastern Daylight Time on February 23, 2007 to fax number 216-433-2480 and must 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. All prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to submission of a quote or any award of a purchase order or contract. REGISTER AT: http://www.CCR.gov OR BY CALLING: 888-227-2423. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Michele Richter and Deborah Giavasis not later than 12 noon Eastern Daylight Time on February 16, 2007. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#123501)
- Record
- SN01226940-W 20070208/070206221345 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |