SOLICITATION NOTICE
18 -- AUXILLARY PAYLOAD INTEGRATION CONTRACTOR TASKS FOR FY13
- Notice Date
- 1/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK13ZLS001Q
- Response Due
- 1/31/2013
- Archive Date
- 1/28/2014
- Point of Contact
- Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Jacklyn L. Norman, Contract Officer, Phone 321-867-1500, Fax 321-867-4848, Email jacklyn.l.norman@nasa.gov
- E-Mail Address
-
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
- Small Business Set-Aside
- N/A
- 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. The Government intends to acquire a commercial item using FAR Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Kennedy Space Center (KSC) has a requirement for Auxiliary Payload Integration Contractor (APIC) tasks for FY13. APIC FY13 will deliver a fully assembled, integrated, and tested satellite to Vandenberg AFB (VAFB) ready for mate and flight on an Atlas V launch vehicle using the Aft Bulkhead Carrier (ABC). NASA/KSC intends to award this order to California Polytechnic State University (Cal Poly) as Cal Poly is uniquely qualified to meet the Government's requirements. The integration services required for successful completion of APIC FY13 are a continuation of work begun under APIC FY12 Task Order issued against the Cal POLY IDIQ contract (NNK10LA86B). The integration services are available only from Cal Poly. Cal Poly is the manufacturer of the Poly-Picosatellite Orbital Deployer (P-POD) and restricts integration support services to being performed soley by Cal Poly personnel. This notice NNK13ZLS001Q is being issued as a Request for Quotation for the following: Item Description: APIC FY13 Integration Support Services See attached Statement of Work for full description Period of Performance: The period of performance for this effort is 12 months. Per FAR 52.212-4, Contract Terms and Conditions--Commercial Items - Government acceptance is deemed to occur constructively on the 45th day after the Contractor delivers the supplies or performs the services in accordance with the terms and conditions of the contract. Offer Information All responsible sources may submit an offer which shall be considered by the agency. Interested organizations may submit their quotation and detailed capabilities and qualifications to perform this effort in writing to the identified point of contact no later than 3:00pm local time on January 31, 2013. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competitive basis, based upon responses to this notice, is solely within the discretion of the Government. Offers for the items(s) described above are due by January 31, 2013, 3:00pm (local time) to NASA-KSC, Attn: Jennifer Dorsey, OP-LS, KSC, FL 32899 or jennifer.l.dorsey@nasa.gov. Response via email is preferred. Offers must include solicitation number, FOB destination to KSC, 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. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which will be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note 'B'. Evaluation Criteria: Selection and award will be made to that offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in order of descending importance: (i)Technical capability of the item offered to meet the Governments requirement - Offerors shall demonstrate that they have the sufficient and proper labor categories to meet the requirements of the Statement of Work. (ii)Price (iii)Past Performance All evaluation factors other than price, when combined, are approximately equal to price. Provisions and Clauses The provisions and clauses in the RFQ are those in effect through FAC 2005-64. The required period of performance is 12 months. It is critical that offerors provide adequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-2 (JAN 1999), Evaluation Commercial Items is applicable. FAR 52.212-3 (DEC 2012), Offeror Representations and Certifications Commercial Items and its Alternate 1 (APR 2011) are applicable. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and its Alternate I (FEB 2000) are applicable and the following identified clauses are incorporated by reference: (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: XX 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I (OCT 1995) XX 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) XX 52.204-7, Central Contractor Registration (AUG 2012) XX 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) XX 52.209-2, Prohibition on Contracting with Inverted Domestic Corporation Representations (MAY 2011) XX 52.209-7, Information Regarding Matters of Responsibility (FEB 2012) XX 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (FEB 2012) XX 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) XX 52.219-28, Post-Award Small Business Program Representation (APR 2009) XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) XX 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s., proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) XX 52.233-1, Disputes (JUL 2002) XX 52.249-4, Termination for Convenience of the Government (Services) (Short Form) (AUG 1984) XX 52.252-2, Clauses Incorporated by Reference (FEB 1998) The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. To register, please visit the following URL: https://www.sam.gov/portal/public/SAM. Offerors must be registered in Online Representations and Certifications Application (ORCA) per FAR 52.204-8. To register, please visit the following URL: https://www.sam.gov/portal/public/SAM. 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=76. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK13ZLS001Q/listing.html)
- Record
- SN02973884-W 20130130/130128234437-f010c5793c7c27fdb0586bc80558060f (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 |