SOLICITATION NOTICE
16 -- Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array
- Notice Date
- 9/30/2020 1:40:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33641
—
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC020Q0017
- Response Due
- 10/21/2020 2:30:00 PM
- Archive Date
- 11/05/2020
- Point of Contact
- Elizabeth Tapia, Phone: 5755245048, Jennifer Sharp, Phone: 2814835916
- E-Mail Address
-
elizabeth.d.tapia@nasa.gov, jennifer.r.sharp@nasa.gov
(elizabeth.d.tapia@nasa.gov, jennifer.r.sharp@nasa.gov)
- Description
- Combined Synopsis/Solicitation 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 Quotations (RFQ) under solicitation number 80JSC020Q0017 for for design, development, fabrication, and delivery of the Volatiles Investigating Polar Exploration Rover (VIPER) Lunar Rover Solar Array as defined in the Statement of Work (SOW) and the Performance Specification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. The NAICS Code and Size Standard are 33641 and 1,500 employees, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. The Contractor will provide VIPER Lunar Rover Solar Arrays.� **Note: To See the attached Statement of work (SOW) and Performance Specification for details, Offerors must complete the OBTAINING ACCESS TO EXPORT CONTROLLED CONTENT document in order to gain access to controlled documents for this posting. Be advised the SOW and Performance Specifications will be modified at time of award to extract any proposal instruction and evaluation information. Delivery to NASA Johnson Space Center 2101 NASA Parkway Houston, TX 77058.� See the SOW for delivery schedule.�� Delivery shall be free on board (FOB) Destination. The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (June 2020) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Technical: A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.� A)�Offeror�s shall submit a technical narrative that provides a Technical Approach containing schedule, processes, techniques, and resources (see subparagraph (6) addenda below) proposed to complete the SOW requirements and the accompanying Performance Specifications in sufficient detail to demonstrate offeror�s understanding of the requirements, ability and likelihood of meeting or exceeding the requirements (limit 25 pages, exclusive of other than certified cost or price data) B)�The Offeror shall submit a matrix listing each section in the statement of work and the accompanying Performance Specification reflecting either compliance or non-compliance. For compliance, the Offeror shall reference to the section of its proposal showing that its solution satisfies the requirement. Areas of non-compliance shall be addressed by explaining why the proposed solution will remain non-compliant. Excess capabilities offered by the proposal shall be detailed in narrative format with its respective percent margin (Limit 10 pages); Price and any discount terms; A)�Offeror shall submit other than certified cost or price data. Examples of other than certified cost or price data include, but are not limited to: labor cost, labor hours, process cost, tooling cost, material cost, data deliverable cost, etc. (Limited to 5 pages); Past Performance: Past performance information, shall be provided and shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (Limited to 6 pages); A)�Past performance information shall include:� a.�Description of work performed, dollar value, period of performance, thermal cycling verification test method details, test facilities utilized, and outcome. b.�Past performance information is limited to 2 pages per contract or reference and 3 contracts/references total, within 5 years of the solicitation date; All pages in each section (Technical, Past Performance, Price) shall be numbered sequentially.� Each page of the proposal will be counted as part of the appropriate page limitations set forth.� Infortmation that can be construed as belonging to another section will so be constturted and counted against the appropriate section page limitation.� Pages submitted in excess of the limitations specified in this provision will not be evaluated by the Government and will be returned to the Offeror.� Minor informalities or irregularities that can be adjusted, corrected, or waived without being prejudicial to other offeror(s) may be accepted if it is immaterial to the acquisition. FAR 52.212-2, Evaluation -- Commercial Items, (OCT 2014). 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 following factors are in descending order of importance and shall be used to evaluate offers: 1.�Technical Approach 2.�Past Performance � recent (period of performance within 5 years of the solicitation), relevant and complexity. 3.�Price Technical Approach that demonstrates the likelihood to exceed rquirements will be rated more highly than a Technical approach that is only likely to meet or unlikely to meet requirements.� Past Performance that demonstrates the offeror�s ability and likelihood to successfully complete the contract requirements will be rated more highly than past performance that does not.� Price evaluation factors will be evaluated by reasonableness of total price inclusive of any selected options.� Price realism assessment will be performed utilizing the offeror's other than certified cost and pricing data. Realism will be assessed to ensure the price is realistic for the offeror to successfully perform the effort in the manner proposed in the technical approach. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (June 2020), and complete electronic annual representations and certifications at SAM.gov with its offer. The provision may be obtained via the internet at:� URL:http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract.� FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2018) is applicable.� FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (AUG 2020) is applicable and the following identified clauses are incorporated by reference:� See attached terms and conditions. Responses to this combined synopsis/solicitation must be recived via email to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov and Jennifer Sharp at Jennifer.r.sharp@nasa.gov no later than 4:30 P.M. Central Standard Time on October 21, 2020.� Responses should include the solicitation number 80JSC020Q0017, 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.� Offerors are should use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items Late submissions of quotes will not be accepted. All contractual and technical questions must be in writing (e-mail) to Elizabeth Tapia at elizabeth.d.tapia@nasa.gov and Jennifer Sharp at Jennifer.r.sharp@nasa.gov no later than October 7�,2020 by 4:00 p.m. CST.� Telephone questions shall not be accepted. If offerors anticipate additional pages are needed to complete their proposals, please submit the request during this time and include: the section, your requested page count and rational.� Please refer to the attached terms and conditions for contract requirements. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.beta.sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.214-7, Late Submissions, Modifications and Withdrawals of Bids (NOV 1999), FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f775973a51fc40899280001aa047a87a/view)
- Place of Performance
- Address: Houston, TX 77058, USA
- Zip Code: 77058
- Country: USA
- Zip Code: 77058
- Record
- SN05815739-F 20201002/200930230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |