SOLICITATION NOTICE
A -- Mechanical Engineering Support and Assistance (MESA) Request for Proposal (RFP)
- Notice Date
- 9/17/2025 11:26:07 AM
- Notice Type
- Solicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NASA MANAGEMENT OFFICE -- JPL PASADENA CA 91109 USA
- ZIP Code
- 91109
- Solicitation Number
- CZ-2664-06012025
- Response Due
- 10/14/2025 3:00:00 PM
- Archive Date
- 10/29/2025
- Point of Contact
- Christine M. Zuro, Phone: (747)261-8835
- E-Mail Address
-
christine.m.zuro@jpl.nasa.gov
(christine.m.zuro@jpl.nasa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Jet Propulsion Laboratory (JPL) invites your organization to submit a written Cost Type and Fixed Price proposals in conformance with the instructions contained in this letter and its enclosures, which comprise the RFP for JPL�s acquisition of the subject effort. The awarded, small business subcontractors will provide the labor, materials, equipment, and facilities necessary to perform mechanical systems engineering tasks in support of non-flight and flight technology development, system engineering, hardware development, and integration and test activities. JPL intends to award both subcontract types to more than one (1) subcontractor. Each task effort against the subcontract will be directed on a Subcontract Work Order (SWO) basis. This RFP does not commit JPL or the Government of the United States to pay any costs incurred in submitting your proposal. Proposers participate in this RFP process solely at their own risk and expense. JPL reserves the right to cancel this RFP and to reject any or all proposals. This Request for Proposal is a 100% set-aside for small business concerns: The APEX Accelerators can provide guidance to small businesses in Government Contracting and other free services such as counseling, training, workshops, etc. APEX website: www.apexaccelerators.us An additional resource for small businesses is the Small Business Development Center (SBDC). The SBDC program is the SBA�s largest small business development program and offers free services as well. SBDC Website: https://pcrsbdc.org/ The North American Industry Classification System (NAICS) code and description for this acquisition is 541715 Exception 3 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The size standard for this NAICS code is <1,300 employees. Additional information can be found here: https://www.sba.gov/document/support-table-size-standards. Provide your CAGE Code and the name of your cognizant Government Audit Agency (i.e. DCAA, etc.), if any, their phone number and point of contact, and a copy of the letter that indicates their approval of your organization�s direct and indirect rates. This competitive solicitation may result in the award to multiple subcontractors. Awards will be issued to subcontractors with capabilities in the Core Mechanical and one or both Specialty Mechanical disciplines as described in the Subcontract Statement of Work and RFP Instructions. Proposers must respond to the instructions for both cost reimbursable and fixed price subcontracts or will otherwise be deemed nonresponsive. A single award for one subcontract type will not be made. JPL intends to award each source the following two (2) SWO driven subcontract types: Cost Reimbursable Plus Fixed Fee Fixed Price Note: This is not a Staffing Subcontract. The subcontracts awarded as a result of this RFP will be in effect for three (3) years with the possible award of one option for two (2) additional years for a total of five (5) years. Funding for the work will be at the individual Subcontract Work Order level. It is anticipated that JPL will award each cost reimbursable subcontract an amount of $9M and each fixed price subcontract an amount of $2.25M. In the unlikely event that the awarded subcontractors should default at any time, JPL reserves the right to consider their replacement with the runner-up proposer. If a joint venture business is proposing, each joint venture partner must qualify as a Small Business under NAICS Code 541715 Exception 3. See 13 CFR � 125.8(a). Each entity that is a partner to the joint venture should complete the A-22 Small Business Joint Venture certificate set forth in the RFP. If an entity submits a proposal as a joint venture, JPL may consider and evaluate the relevant capabilities, past performance, experience, business systems, and certifications of each separate business entity forming the joint venture, as well as the joint venture itself. A mentor-prot�g� joint venture consisting of a prot�g� Small Business and its SBA-approved mentor may also submit an offer, provided that the prot�g� is small under NAICS Code 541715 Exception 3. See 13 CFR � 121.103(h)(2)(ii). Each entity that is a partner to the joint venture should complete the A-22 Small Business Joint Venture certificate set forth in the RFP. Mentor-prot�g� joint ventures must also provide proof that they have been approved by SBA at the time they submit their proposal. See 13 C.F.R. � 125.9. While there might be circumstances in which extensive experience by a mentor in an SBA-approved mentor prot�g� joint venture might offset critical requirements by a prot�g�, it would be best if both members of the joint venture meet the critical required experience. Any proposer who does not have the required experience will not be a viable competitor, has no reasonable chance of competing and is expressly discouraged from proposing. PROPOSERS ARE ADVISED THAT JPL HAS IDENTIFIED A MANDATORY QUALIFICATION FOR THIS RFP. THE MANDATORY QUALIFICATION IS TO PROVIDE THE PROSPECTIVE PROPOSER WITH A BASIS FOR DETERMINING WHETHER OR NOT THEY MIGHT MEET THE MINIMUM REQUIREMENT FOR CONSIDERATION OF AWARD. PROPOSERS MUST MEET THE MANDATORY QUALIFICATION BY TIME OF THIS SOLICITATION IN ORDER TO BE CONSIDERED A SELECTED SOURCE AND THEREBY ELIGIBLE FOR AWARD. THE REQUIREMENTS FOR A PROPOSER ARE AS FOLLOWS: Proposers must show verification by DCAA or other audit agency, of an accounting system that has been audited and determined adequate for determining costs applicable to this contract, in accordance with (Federal Acquisition Regulation) FAR 16.301-3(a)(1). Proposers must state if their accounting system is adequate for accumulating costs. They will provide one of the following: A Defense Contract Audit Agency (DCAA) accounting system certification/report. A third-party accounting system certification/report (e.g., another government agency or prime contractor). A letter or report from the proposer�s independent accounting firm stating that the firm approves of the adequacy of the proposer�s accounting system. Adequacy of the accounting system must have been completed within the last three years. Supporting documentation must be provided that any identified material deficiencies have been resolved and the degree to which the subcontractor�s accounting system has been deemed adequate for cost reimbursement subcontracts. Each proposer will be required to complete the RFP Attachment A-20 �Evidence of Adequacy of Accounting System�. Proposers must meet the mandatory qualification as of the release date of the subject RFP to be a qualified source. JPL has defined the Standard Subcontract�s Statement of Work (SOW) scope in two categories: Core and Specialty. Proposers must demonstrate capabilities in all Core disciplines, as well as in one or both of the Specialty disciplines. Additionally, the prime subcontractor with a facility clearance is preferred but not required for award consideration. All questions made to JPL after the official RFP release date must be submitted by email to the undersigned. When appropriate, responses to requests, as well as any JPL initiated changes, shall be posted on the RFP website. The questions and answers will be posted on the RFP website: https://acquisition.jpl.nasa.gov/opportunities/ in addition to the SAM.gov site. The questioner will remain anonymous. Each website will contain the RFP and a continually updated set of all questions and answers pertaining to the RFP, in the form of an addendum. Review the websites on a weekly basis for updates. The final day to submit a request for clarification and/or additional information is October 11, 2025, 3:00 p.m. (Pacific Time). No later than September 18, 2025, 12:00 p.m. (Pacific Time) as a convenience to JPL, provide to the undersigned, an email statement that you do or do not intend to submit a proposal; and, if you do, how will you structure your organizational response to the RFP (e.g., prime contractor-subcontractor teaming arrangement, sole proposer, SBA approved Mentor prot�g� joint venture or other joint venture). Submit with your intent statement the accounting system verification for meeting the mandatory qualification outlined above. Attachment A-14 �Past Performance� is also due September 18, 2025, by 12:00 p.m. (Pacific Time). Please note that phase 1 of your proposal is due at JPL no later than October 14, 2025, by 3:00 p.m. (Pacific Time). Submit your proposal by email to the undersigned. All important dates pertaining to the RFP have been outlined below. Failure to provide any of the data requested in this RFP may render the proposal nonresponsive. Should you have any questions, please address them to the undersigned by email. Sincerely, Christine M. Zuro Subcontracts Manager Phone No.: (747) 261-8835 E-mail: Christine.M.Zuro@jpl.nasa.gov - Addendum No. 1 (September 9, 2025) This addendum is provided to all proposers for clarification of the subject RFP for Mechanical Engineering Support and Assistance (MESA). 1. Mandatory Qualification. We are planning to submit a proposal response on behalf of a Joint Venture (JV) comprised of two small business partners. One of the JV partners has an accounting system that was approved by the DCMA within the past three years. The other JV partner has an accounting system that was audited and approved by DCAA ten years ago. The NASA Headquarters Office of Procurement provided written confirmation in September 2025 that the 2015 audit report is still valid and that the accounting system is considered to be compliant with FAR 16.301-3(a)(1). Would this satisfy JPL�s Mandatory Qualification? JPL�s Answer to Question 1: For the Joint Venture (JV) partner with the DCMA approved accounting system within three years, provide a copy of the adequacy letter. The letter should provide information that the accounting system is adequate for the subcontract vehicle. For the other JV partner with the written confirmation from NASA, provide a copy of the written confirmation from the Office of Procurement. This written confirmation should provide information that the accounting system is adequate for the subcontract vehicle 2. Past Performance A-14. For the past performance A-14 information, is five the minimum number of past performance examples required by JPL? We would like to submit seven past performance examples. Would this be acceptable to JPL? JPL�s Answer to Question 2: The maximum number of past performance examples is five (5). 3. Technical/Management Volume Due Date. Will JPL please clarify the due date/time of the proposal? Page 3 of the RFP specifies 3:00 pm whereas Page 4 of the RFP specifies 12:00 pm on October 14, 2025. JPL�s Answer to Question 3: The Technical/Management Volume due date is October 14, 2025, at 3:00 p.m. Pacific Time. 4. Question about the subcontract selection process. Is there any selection or filtering that JPL conducts before the RFP stage or should small businesses proceed with submitting proposals under the current RFP process? To put it simply: has JPL already screened potential subcontractors based on the earlier Project Requirement and Capabilities forms or is the current RFP open for all qualified small businesses to compete? JPL�s Answer to Question 4: The MESA Request for Proposal is an open, competitive solicitation and is 100% set-aside for small business concerns. In accordance with the RFP Instructions, paragraph 6.0 Source Evaluation and Selection Process, source selection will be based on best overall value determination, considering cumulative scoring across all evaluation criteria. The RFP due date is not changed by this addendum. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal. - Addendum No. 2 (September 10, 2025) This addendum is provided to all proposers for clarification of the subject RFP for Mechanical Engineering Support and Assistance (MESA). 1. Proposal Instruction Section 1.1: States �Adequacy of the accounting system must have been completed within the last three years.� Since DCAA audits are scheduled by the agency and not in the company�s control, would JPL consider extending the three-year limit to seven years? Given these circumstances, the extended period would allow for proper alignment with audit cycles while still ensuring compliance and accountability. JPL�s Answer to Question 1: The RFP Instructions state: �Adequacy of the accounting system must have been completed within the last three years. Proposers must meet the mandatory qualification prior to the release date of the subject RFP to be a qualified source.� Prospective bidders can engage an accounting firm to conduct an accounting system review. One of the following reports will be accepted for review: A Defense Contract Audit Agency (DCAA) accounting system certification/report. A third-party accounting system certification/report (e.g., another government agency or prime contractor). A letter or report from the proposer�s independent accounting firm stating that the firm approves of the adequacy of the proposer�s accounting system. 2. Section 3.13.1 of the Standard Subcontract: Includes a statement that the subcontractor facilities �Satisfies the requirements in Article 1 and is within close proximity approximately one hundred and fifty miles (150) miles driving distance of JPL.� Is it a firm requirement for this RFP that we have a facility located within 150 miles of JPL? JPL�s Answer to Question 2: Yes, it is a firm requirement that the subcontractor has a facility within one hundred and fifty miles (150) miles of JPL. 3. Reference Criterion T1, Factors 2 and 4: With respect to identification of personnel for SOW disciplines, is it permissible for a given person to be identified as providing expertise under more than one technical discipline? JPL�s Answer to Question 3: Yes, it is permissible for a given person to be identified as providing expertise under more than on technical discipline. 4. Reference Criterion T1, Factors 2 and 4: Can a given person be identified as both Key Personnel of Program Manager and also as providing expertise under one or more technical disciplines? JPL�s Answer to Question 4: Yes, a given person can be identified as both Key Personnel of Program Manager and also as providing expertise under one or more technical disciplines. The RFP due date is not changed by this addendum. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal. - Addendum No. 03 (September 17, 2025) This addendum is provided to all proposers for clarification of the subject RFP for Mechanical Engineering Support and Assistance (MESA). 1. Attachment A-14 � Past Performance: Please clarify that a proposing prime subcontractor's lower-tiered subcontractors' related experience citations are not allowed? JPL�s Answer to Question 1: Attachment A-14 �Past Performance� requests the five most recent contracts performed by your organization as the prime which are similar to the effort described in this RFP. 2. General Instructions - Section 7.0 � Restrictive Markings: Please confirm which proposal volume should include the list of technical or proprietary data that will carry restrictive markings under the �Rights in Data � General� and �Limitation on Restrictive Markings� provisions. Should this be provided in Volume I (Technical/Management) or in a separate attachment? JPL�s Answer to Question 2: The information should be provided in Phase I and Phase II responses if applicable. 3. Proposal Instructions: The introductory discussion of Phases 1�3 states that Phase 2 requires submission of both Volume II (Cost/Price Proposal) and Volume III (Representative Work Orders). Can JPL please clarify whether these two volumes are to be submitted together as a single Phase 2 package, or if Volume II (Cost/Price Proposal) is due first with Volume III (RWOs) to follow as a separate submission? JPL�s Answer to Question 3: Phase II proposal response due date will require the submission of both Volume II - Cost/Price Proposal and Volume III - Representative Work Orders. 4. Proposal Instructions: Would JPL clarify table of contents, acronym lists, and cover letter are not page counted? JPL�s Answer to Question 4: The table of contents, acronym lists, and cover letter are included in the page count. 5. CPFF MESA Std Subcontract Final Reference 3.12.5: How will the lower-tiered subcontractors who are further than 150 miles from JPL be compensated for their travel to JPL? JPL�s Answer to Question 5: As stated in the Standard Subcontract, paragraph 3.12, Subcontractor personnel and sub-tiers shall work off-site (their own facility) and on-site at JPL at no extra travel cost to JPL. One exception will be travel to remote locations and to perform work at such locations (non-JPL sites) as designated on the SWO. 6. CPFF MESA Std Subcontract Final Reference 3.12: The subcontract specifies that interactions with JPL employees should focus on technical, performance, and cost aspects of the SWO. Can JPL please clarify the boundary between technical collaboration (e.g., discussing potential improvements to current work) and marketing of future services? JPL�s Answer to Question 6: Discussing a potential improvement to a current or active Subcontract Work Order is acceptable. Soliciting new work or work not relating to an active Subcontract Work Order is not acceptable. 7. Reference RFP Criterion T3 Cybersecurity and Facility Clearance - Factor 1: Cybersecurity; and Reference Standard Subcontracts 3.14 JPL Furnished IT Systems: Could JPL please clarify whether prime subcontractors are required to use JPL-managed systems, or if the use of a prime subcontractor�s own systems is acceptable? If acceptable, is there a stated preference between the two options? JPL�s Answer to Question 7: JPL's preference is the use of JPL-furnished IT systems. The subcontractor can request an exception to this requirement, which would be subjected to the evaluation of JPL Cybersecurity for approval or rejection. 8. Reference RFP Criterion T2 Technical Capabilities of Facilities, Equipment, and Tools Factor 1: Facilities and Equipment: Given JPL's recent return to work policies and desire to have highly responsive local contractors, will JPL consider reducing the facility distance to less than 150 miles? JPL�s Answer to Question 8: The subcontract requirement in Article 1 is a facility within approximately one hundred and fifty miles (150) miles driving distance of JPL. 9. Reference RFP Criterion T3 - Cybersecurity and Facility Clearance Factor 1: Could you elaborate on ""managed care""? Would this be JPLsupplied computers or JPL configuration and telemetry as currently deployed by JPL onto contractor equipment? JPL�s Answer to Question 9: Article 1 of the Subcontract, paragraph 3.14, states JPL-furnished managed systems (to include Virtual Desktops) will include any hardware, software, or interconnected system or subsystem of equipment that is used to process, manage, access, or store NASA or JPL data, including electronic information. 10. CPFF MESA Std Subcontract Final Section 9: States that estimated cost and fee will be negotiated in advance for each SWO. Can JPL confirm that the fixed fee is established per SWO based on estimated cost (i.e., plan), and remains fixed regardless of actual cost performance? Additionally, can JPL clarify whether the intent is to negotiate a consistent fee rate across SWOs, or whether the fee percentage may vary from one SWO to another? JPL�s Answer to Question 10: The subcontractor shall propose a fixed fee percentage. This fee will be applied to all SWOs for the term of the subcontract. Payment of this fee is based upon the technical completion of the work. 11. Reference RFP Criterion T2, Factor 2 Tools: Does JPL intend to provide all required hardware and software to the MESA prime subcontractor for contract execution? JPL�s Answer to Question 11: Yes, JPL intends to provide the JPLfurnished managed systems to the prime subcontractor following subcontract execution. 12. Proposal Instructions Representative Work Orders (RWOs): One section specifies three RWOs, other parts of the RFP reference two RWOs. Can JPL please confirm how many hypothetical RWOs will be required? JPL�s Answer to Question 12: JPL will be requesting a response to two (2) Representative Work Orders (RWOs). RWO #1 Cost Reimbursable RWO #2 Fixed Price 13. Proposal Instruction JPL Subcontractor Environmental, Health and Safety Requirements � Form 2885: Could you please clarify which revision of JPL 2885 should be used for this proposal submission? JPL�s Answer to Question 13: JPL Subcontractor Environmental, Health and Safety Requirements � Form 2885 Revision 10/23 should be used. 14. Proposal Instructions: Clarify how JPL differentiates between partners (e.g., proposed teammates with committed workshare) and lower-tier subcontractors (e.g., vendors or specialty providers without defined workshare). JPL�s Answer to Question 14: JPL does not define the contractual relationship between the prime and their associates whether it is a lower tier partner for specialty work or unique arrangement. For instance, the prime subcontractor may factor their lower-tier small business partners in reporting the 51% subcontracting requirement. 15. Reference RFP Criterion T1 - Technical Capabilities of Team and Personnel, Factor 5 Evidence of Quality Management System: Are the offeror�s ISO 9000 or AS9100C certification and date of the most recent Quality Management System (QMS) audit included in the page limit or can they be included in the copy of the Quality Management Plan? JPL�s Answer to Question 15: The certification and date can be included in the Quality Assurance Plan. 16. Attachment A-14 � Past Performance: Is the maximum number of past performance examples for Past Performance A-14 is five (5) and those 5 examples are the only past performance that can be discussed in the Relevant Experience section of the proposal? Would JPL consider limiting Attachment A-14 to five contracts, while still allowing Offerors to describe additional projects in Criterion R1? JPL�s Answer to Question 16: Yes, the maximum number of past performance examples for Past Performance A-14 is five (5). Those examples must be included in the Related Experience discussion. Additional projects can be discussed in Related Experience. 17. Reference RFP Criterion T1, Factor 5 Evidence of Quality Management System: Requires offerors to provide evidence of ISO 9000 or AS9100C certification. Since AS9100D is the current standard thatsupersedes Rev C, can JPL please confirm that AS9100D certification will be required in fulfillment of this criterion, and clarify whether the intent was for offerors to align with the latest AS9100 revision? JPL�s Answer to Question 17: Certification is required to the latest revision of AS9100, which is Rev D. Addendum. If you are not certified to the standard and rather, you are claiming that you are �compliant� to the standard (AS9100D), then JPL�s Procurement Quality Assurance (PQA) auditor will perform a Quality Management System (QMS) audit against the AS9100D standard to verify compliance, by which JPL would then be able to add your organization to the Approved Supplier List (ASL) via AS9100D QMS audit. 18. Reference RFP General Instructions Page 6 Volume I Evaluation Criteria Table: Shows RWOs as criteria, but the instructions for the RWOs lists them as part of Phase 2 of this RFP. Can you confirm that on our Phase 1 submittal of Technical/Management Volume I, no RWO response is required? JPL�s Answer to Question 18: Page 2 of the General Instructions states that the Representative Work Order exercise will be a part of Phase II response. RWO response is not required for Phase I. The RFP due date is not changed by this addendum. As required by the RFP�s General Instructions, indicate receipt of this and any other addendums relative to the subject RFP. Attachment A-1 must be submitted to JPL with your proposal.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/48dc325256a64f94ba54c6055fb868aa/view)
- Place of Performance
- Address: La Canada Flintridge, CA 91011, USA
- Zip Code: 91011
- Country: USA
- Zip Code: 91011
- Record
- SN07594131-F 20250919/250917230039 (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 |