SOLICITATION NOTICE
A -- Final Request for Proposal for Mechanical and Composite Hardware Fabrication Support Services 2 (MCHFSS 2)
- Notice Date
- 1/15/2025 10:18:03 AM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- 80LARC25R7002
- Response Due
- 1/30/2025 11:00:00 AM
- Archive Date
- 02/14/2025
- Point of Contact
- Michael J Miltner, Daphne Darden
- E-Mail Address
-
larc-mchfss2@mail.nasa.gov, larc-mchfss2@mail.nasa.gov
(larc-mchfss2@mail.nasa.gov, larc-mchfss2@mail.nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 5 � January 15, 2024 The purpose of this amendment is to: 1. Provide clarification to the following: a. Question for Clarification: i. �Section G.8 LARC 52.245-90 PROVIDING EQUIPMENT TO CONTRACTORS (AUG 2021) states �Any existing equipment items that reach the end of their useful life during the contract period, or which are beyond economical repair, shall be replaced by the Contractor, if the equipment is still needed for contract performance.� We assume that equipment replacement would become Government property if replacement is needed, however, some of the pieces of equipment used in this contract costs several million dollars. Given the $25M ceiling of the contract and the fact that replacement equipment would likely cause the contract ceiling to need to be increased, will be Government please clarify this clause of the contract and how replacement equipment will be handled if applicable?� b. Government Response: i. �If any existing equipment item listed in Exhibit D reaches the end of its useful life or which goes beyond economical repair during the contract period, that existing equipment shall be replaced by the Contractor, if that existing equipment is determined by the Government to still be needed for contract performance. If that existing equipment is deemed to be necessary in the performance of the contract, the Government will have discussions with the Contractor to derive a best value solution concerning that existing equipment and before the purchase of the replacement equipment is made. If the Contractor uses government funding to purchase that replacement equipment, that replacement equipment would be deemed as government property at the end of the contract period and the contract ceiling will be adjusted to reflect the purchase of that replacement equipment.� 2. Acknowledge that the Government did not include a Standard Form (SF) 30 with Amendments 1 through 4 of this solicitation. 3. Attach an SF-30 to encompass all changes for Amendments 1 through 5. Offerors are responsible to acknowledge receipt of this amendment and return the signed SF-30. 4. All other terms and conditions of this solicitation remain the same. ________________________________________________________ Amendment 4 - January 8, 2025 The purpose of this amendment is to: 1. Attach a revised Attachment 2 � Cost Forms which updated the following items: a. Updated Form 2 (Tab 2) to include all of the labor categories that are listed in Form 3 (Tab 3). b. Updated the listed order of the labor categories on Form 2 to match the order listed in Form 3. c. Updated Form 3 (Tab 3) as follows: i. Reduced the WYE for the Laborer II labor category from 2.0 to 1.0 for Contract Years 2 through 5. ii. Reduced the WYE for the Lead Aerospace Fabrication Technician from 5.0 to 4.0 for Contract Years 1 through 5. iii. Total Contract WYE was reduced from 144.0 to 135.0. d. Updated Form 5 (Tab 5) as follows: i. Changed dates for Contract Year (CY) 1 from 4/1/2025 � 3/31/2026 to 6/1/2025 � 5/31/2026. ii. Changed dates for CY 2 from 4/1/2026 � 3/31/2027 to 6/1/2026 to 5/31/2027. iii. Changed dates for CY 3 from 4/1/2027 � 3/31/2028 to 6/1/2027 to 5/31/2028. iv. Changed dates for CY 4 from 4/1/2028 � 3/31/2029 to 6/1/2028 to 5/31/2029. v. Changed dates for CY 5 from 4/1/2029 � 3/31/2030 to 6/1/2029 to 5/31/2030. vi. Filled in the labor categories in the �Labor Category� column to match the labor categories listed in Forms 2 & 3. e. Updated Form 6 (Tab 6) as follows: i. Filled in the labor categories in the �Labor Category� column to match Forms 2, 3 & 5 f. Updated Form 7 (Tab 7) as follows: i. Filled in the labor categories in the �Labor Category� column to match Forms 2, 3, 5 & 6. ii. Changed dates in Column I from 4/1/2020 � 3/31/2021 to 6/1/2025 � 5/31/2026. 1. This date change allowed the dates in Column J through M to populate the correct dates. a. Column J � 4/1/2021 � 3/31/2022 to 6/1/2026 � 5/31/2027 b. Column K � 4/1/2022 � 3/31/2023 to 6/1/2027 � 5/31/2028 c. Column L � 4/1/2023 � 3/31/2024 to 6/1/2028 � 5/31/2029 d. Column M � 4/1/2023 � 3/31/2024 to 6/1/2029 � 5/31/2030 iii. Updated Rows 46 & 47 (previously rows 39 & 40) to match the updated dates listed in Columns I � M on rows 17 & 18. 2. Attach a revised Exhibit B � Contract Data Requirements List which updated the following item: a. Updated DRD No. 002 (Organizational Conflicts of Interest Plan) to revise the �Initial Submission� requirement from �Plan shall be submitted with the initial proposal,� to �the Contractor shall submit an Organizational Conflicts of Interest (OCI) Plan within 30 calendar days of contract award date.� 3. Attach a revised Section B-M which updated the following item: a. Updated Box 9 of the SF33 Cover Page from a due date of �1/23/2025� to �1/30/2025.� 4. Attach the Question-and-Answer responses for questions submitted by 2:00 p.m. EST on December 23, 2024. 5. All other terms and conditions of this solicitation remain the same. _______________________________________________________________ Amendment 3 � December 20, 2024 The purpose of this amendment is to post the following information from the Pre-Proposal Conference that was held on 12/19/2024: Pre-Proposal Conference Presentation Pre-Proposal Conference Attendee List Pre-Proposal Conference Question and Answers ___________________________________________________________________________ Amendment 2 � December 20, 2024 The purpose of this amendment is to: 1. Attach an updated Section B-M with an updated section L.10 Electronic Submission of Proposals � Proposal Marking and Delivery Through NASA's EFSS Box (Nov 2021) a. Section L.10 was updated to correct part (b), paragraph (2) two: i. From: �Offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to coordinate the submission of a test file with Natasha King at LARC-MCHFSS2@mail.nasa.gov and cc: Michael.j.miltner@nasa.gov several days in advance of the date and time specified for proposal submission in order to allow time to work through any submission issues.� ii. To: �Offerors, especially those that have not previously submitted a proposal utilizing NASA�s EFSS Box, are encouraged to coordinate the submission of a test file with Mike Miltner at LARC-MCHFSS2@mail.nasa.gov and cc: Michael.j.miltner@nasa.gov several days in advance of the date and time specified for proposal submission in order to allow time to work through any submission issues.� b. Section L.10 was updated to correct part (b), paragraph (3) three: i. From: �The offeror shall submit all proposal files to: htps://nasagov.box.com/s/w77zt0i7pecqnws7euw25q9oxen0nfu. The Offeror shall follow instructions regarding proposal submission found at https://www.hq.nasa.gov/office/procurement/other/EFSS-Box-Offeror-Proposal-Submission-Instructions.pdf.� ii. To: �The offeror shall submit all proposal files to: https://nasagov.app.box.com/f/16633282d1ba4f58ad7288ef9d871389. The Offeror shall follow instructions regarding proposal submission found at https://www.hq.nasa.gov/office/procurement/other/EFSS-Box-Offeror-Proposal-Submission-Instructions.pdf� 2. Attach an updated PWS with an updated section 2.0 General Scope a. Section 2.0 General Scope was updated to correct paragraph (2) two, sentence (2) two): i. From: �In addition, the Contractor shall maintain ISO 9001 and AS9100 certifications during the life of the contract period of performance."" ii. To: �In addition, the Contractor shall maintain ISO 9001 and/or AS9100 certifications during the life of the contract period of performance."" 3. All other terms and conditions of this solicitation remain the same. ______________________________________________________________________ Amendment 1 - 12/18/2024: The purpose of this amendment is to: 1. Attach an updated Standard Form 33. a. Standard Form 33 was updated to correct the date listed in Section 9. The date has been updated from ""1/23/2024"" to ""1/23/2025"". 2. All other terms and conditions of this solicitation remain the same. __________________________________________________________________ You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Langley Research Center�s (LaRC�s) Mechanical and Composite Hardware Fabrication Support Services 2 (MCHFSS 2). The principal purpose of this requirement is to provide mechanical and composite hardware fabrication support services to LaRC as described in Exhibit A � Performance Work Statement (PWS). NASA will conduct this acquisition as Small Business set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 336413 and the small business size standard is 1,250 employees. This competitive acquisition will result in a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) single-award contract. The contract will include a minimum 30-day transition-/phase-in period and have up to a 5-year period of performance (5-year base period) The anticipated contract award date is April 17, 2025, with a June 1, 2025, contract effective date. The contract will be performed at NASA Langley Research Center � Hampton, VA. Potential offerors should pay close attention to all solicitation instructions; however, the following requirements list is summarized to assist in proposal development. Please note that this list is not exhaustive, and the solicitation terms and conditions and provisions in sections L and M take precedence: A 30-day Phase-in period will be included. The Government will make available existing Installation-Accountable Government Property (IAGP) for onsite contract performance and for offsite use at the Contractor's facility as described in the RFP. NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Offerors should pay close attention to clause H.2 NFS 1852.209-71 Limitation of Future Contracting and H.12 LaRC 52.227-96 Organizational Conflicts of Interest, for a description of the potential conflict(s) and any restrictions on future contracting. NASA has determined that this acquisition will be a small business set-aside. Offerors should refer to clause I.1 FAR 52.219-6 NOTICE OF TOTAL SMAL BUSINESS SET-ASIDE (NOV 2020), for guidance on how to small business eligibility including for a Joint Venture. This list is not intended to cover all changes nor describe all RFP requirements. Offerors should carefully review the RFP in its entirety. Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS � COMPETITIVE ACQUISTION, in particular paragraph (f)(4) which discusses the Government�s right to award a contract with discussions. Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits and any amendments will be attainable electronically from the World Wide Web through the Government-wide point of entry website at www.SAM.gov. Potential Offerors are requested to periodically monitor the websites for updates. NASA FAR Supplement (NFS) 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 RFP does not commit NASA Langley Research Center to pay any proposal preparation costs, nor does it obligate NASA Langley Research Center to procure or contract for these services. This request is not an authorization to proceed and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation. Proposals submitted in response to this solicitation shall be due no later than January 23, 2025, 2:00PM EST, unless otherwise extended by amendment to the solicitation. Proposals for this solicitation are required to be submitted through NASA's Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform. Potential offerors, especially those that have not previously submitted a proposal utilizing NASA's EFSS Box, are encouraged to review the solicitation instruction entitled �Electronic Proposal Delivery - Proposal Marking and Delivery Through NASA's EFSS Box� which provides instructions related to the submission of proposal via EFSS Box. Offerors are encouraged to check with their corporate IT staff to determine if there are firewall restrictions that would need to be addressed prior to the submission of proposal files through NASA's EFSS Box. In accordance with NFS 1815.204(f), a �Blackout Notice� has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contracting Officer listed below. All questions regarding this RFP should be submitted in writing, electronically to Mike Miltner, Contract Specialist, at LARC-MCHFSS2@mail.nasa.gov with a CC: to Michael.J.Miltner@nasa.gov on or before December 23, 2024 no later than 2:00PM EST. Offerors are encouraged to submit questions as soon as possible for consideration. Thank you for your support. We look forward to receiving your proposals.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40876674e90f4437b8149230cc2d6a0a/view)
- Place of Performance
- Address: Hampton, VA 23666, USA
- Zip Code: 23666
- Country: USA
- Zip Code: 23666
- Record
- SN07313460-F 20250117/250115230059 (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 |