Final Request for Proposal for NASA LaRC Force Measurement Support Services III (FMSS III) (Соединенные Штаты Америки - Тендер #42167426) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Организатор тендера: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Номер конкурса: 42167426 Дата публикации: 23-05-2023 Источник тендера: Государственные закупки США |
||
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
You are invited to submit a proposal in response to the National Aeronautics and Space Administration (NASA) Langley Research Center’s (LaRC’s) solicitation. The principal purpose of this requirement will include high-quality force and strain measurement capabilities in order to meet NASA’s objectives. Force measurement support services may include designing, manufacturing (including conventional and additive processes), instrumenting, evaluating, repairing, and calibrating new and existing force transducers, test articles, and associated hardware.
This procurement will be conducted as Full and Open competition under NAICS code 334511 and Small Business Size Standard of 1,350 employees. The anticipated contract type will be Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) Task Orders over a five (5) year period of performance.
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:
Site Visits/Conferences will not be conducted.
NASA has determined that this acquisition may give rise to a potential organizational conflict of interest (OCI). Offerors should refer to NFS clause 1852.209-71 Limitation of Future Contracting and LaRC clause 52.227-96 Organizational Conflicts of Interest, for a description of the potential conflict(s) and any restrictions on future contracting. The offeror’s current and potential OCIs and OCI plan will be assessed as part of each offeror’s responsibility determination.
Please note a Secret Clearance may be required for this acquisition in accordance with the DD Form 254, Contract Security Classification Specification. If an offeror does not have this required clearance at the time of proposal submittal, it may submit documentation demonstrating its approach for obtaining this clearance prior to being awarded any classified delivery orders. For proposals submitted as Joint Ventures, the facility clearance must be granted in the name of the Joint Venture.
Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.
Quality Plan and Proof of ISO 9001 and/or AS9100 Compliance: At minimum, the offeror’s quality system shall be compliant with the requirements of the current International Standard ISO 9001, Quality Management Systems Requirements, upon IDIQ contract proposal receipt. If required at the Task Order level, the Contractor shall utilize a quality assurance program that is compliant with the requirements of the current AS9100 standard, Quality Management Systems – Requirements for Aviation, Space and Defense Organizations. Proof of compliance for AS9100 will be required at time of TO proposal.
Accounting System: Prior to the award of a cost-reimbursement Task Order, the contractor’s system shall meet the requirements set forth on the reverse side of the Standard Form 1408 (see Attachment 2), be in compliance with FAR 52.216- 7, Allowable Cost and Payment, and be capable of accurately collecting, segregating and recording costs by contract and by individual order. A contractor may still be eligible for IDIQ contract award if it does not have evidence of an adequate accounting system; however, will be ineligible to receive a cost-reimbursable Task Order under the contract until the requirements of an adequate accounting system are met.
Offerors are encouraged to refer to Federal Acquisition Regulation (FAR) provision 52.215-1, INSTRUCTIONS TO OFFERORS–COMPETITIVE ACQUISITION, in particular paragraph (f)(4) which discusses the Government’s right to award a contract without discussions.
Documents related to this acquisition, including this letter, the solicitation, attachments, exhibits, any amendments and links to online reference 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 3:00 p.m. EDT, 30 June 2023. 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 at L.12 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 1815.201(f), a “Blackout Notice” has been issued to NASA personnel. All inquiries/communications pertaining to this acquisition shall be directed only to the Contract Specialist listed below.
All questions regarding this RFP must be submitted in writing, electronically to Ambreen Sanchez, Contract Specialist, at larc-fmss3@mail.nasa.gov on or before 3:00 pm EDT, 12 June 2023. Offerors are encouraged to submit questions as soon as possible for consideration.
| Document | File Size | Access | Updated Date |
|---|---|---|---|
| RFP 80LARC23R0015 Sections A-M.pdf (opens in new window) |
1 MB
|
Public |
May 22, 2023
|
| SF33 80LARC23R0015.pdf (opens in new window) |
795 KB
|
Public |
May 22, 2023
|
| OF 336 80LARC23R0015.pdf (opens in new window) |
295 KB
|
Public |
May 22, 2023
|
| Exhibit H - Wage Determination.pdf (opens in new window) |
5 MB
|
Public |
May 22, 2023
|
| Exhibit D- DD254.pdf (opens in new window) |
71 KB
|
Public |
May 22, 2023
|
| Exhibit E - FMSS III QASP.pdf (opens in new window) |
604 KB
|
Public |
May 22, 2023
|
| Exhibit C - Contract Data Requirements List.pdf (opens in new window) |
714 KB
|
Public |
May 22, 2023
|
| Exhibit B - Contract Documentation Requirements.pdf (opens in new window) |
225 KB
|
Public |
May 22, 2023
|
| Exhibit A Statement of Work.pdf (opens in new window) |
223 KB
|
Public |
May 22, 2023
|
| Attachments.zip (opens in new window) |
2 MB
|
Public |
May 22, 2023
|