Search Contract Opportunities

Amendment 0002 to Final Request for Proposal for NASA LaRC Reliance Consolidated Models VI (RECOM VI)   4

ID: 80LARC23R0008 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 17, 2023, 4:06 p.m. EDT

AMENDMENT 0002 - June 23, 2023

The purpose of this Amendment is to add the requirement for a Diversity, Equity, Inclusion, and Accessibility (DEIA) Plan in RFP 80LARC23R0008. The DEIA Plan demonstrates the Contractor's commitment to fairness regarding diversity, equity, inclusion, and accessibility. This plan will provide NASA with an understanding of how the Contractor plans to recruit, retain, and develop a diverse high performing workforce from underserved communities.

Proposal submittal date is extended to 3:00 p.m. EDT, July 11, 2023.

Offerors are reminded to properly acknowledge all Amendments in accordance with Provision L.16(e)(2)(1)(f). __________________________________________________________________________

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 is to provide high quality modeling in order to meet the mission objectives of NASA. Models consist of both mechanical and electrical/electronic hardware elements. Models may incorporate the use of new technologies such as smart materials, or new processes such as stereolithography and rapid prototyping using various materials from plastics, polymers, and metals.

NASA will conduct this acquisition as a total small business set-aside competition. The North American Industry Classification System (NAICS) code for this acquisition is 541715 and the small business size standard is 1,500.

This competitive acquisition will result in a multiple-award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with the ability to issue Firm-Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) delivery orders. The contract will have an effective ordering period of 5 years from the contract effective date.

The anticipated contract award date is October 6, 2023, with a November 1, 2023 contract effective date. The contract will be performed offsite at the Contractor's facilities with limited work performed onsite at NASA Langley Research Center. Place of performance will be determined at the delivery order level.

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:

  1. A Phase-in period will not be conducted.
  2. Site Visits/Conferences will not be conducted.
  3. 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 (see RFP L.16(e)(1)(a)).
  4. Please note a Secret facilities 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.
  5. There have been minor improvements to the quality and content of the overall RFP. Offerors should review the RFP in its entirety, as its content has changed from the Draft RFP version.
  6. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.
  7. Please note the following items are required for this acquisition and will be assessed as part of each offeror's responsibility determination pursuant to FAR Part 9, Contractor Qualifications (see RFP L.16(d) and L.16(e)):
    • OCI see paragraph 3 above.
    • 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 Delivery 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 DO proposal.
    • Secret Facilities Clearance: Required for classified Delivery Orders in accordance with the DD Form 254, Contract Security Classification Specification included in the RFP. 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.
    • Accounting System: Prior to the award of a cost-reimbursement Delivery Order, the contractor's system shall meet the requirements set forth on the reverse side of the Standard Form 1408 (see Attachment 6), 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 Delivery 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, June 12, 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 Contracting Officer listed below.

All questions regarding this RFP must be submitted in writing, electronically to Sheryl Kopczynski, Contract Specialist, at larc-recom6@mail.nasa.gov on or before 3:00 pm EDT, May 10, 2023. Offerors are encouraged to submit questions as soon as possible for consideration.

Thank you for your support. We look forward to receiving your proposals.

Posted: June 23, 2023, 11:14 a.m. EDT
Posted: June 23, 2023, 10:59 a.m. EDT
Posted: June 8, 2023, 3:58 p.m. EDT
Posted: April 27, 2023, 11:33 a.m. EDT
Background
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) has issued Amendment 0002 to the Final Request for Proposal for NASA LaRC Reliance Consolidated Models VI (RECOM VI). The purpose of this amendment is to add the requirement for a Diversity, Equity, Inclusion, and Accessibility (DEIA) Plan in RFP 80LARC23R0008. The DEIA Plan demonstrates the Contractor’s commitment to fairness regarding diversity, equity, inclusion, and accessibility. This plan will provide NASA with an understanding of how the Contractor plans to recruit, retain, and develop a diverse high performing workforce from underserved communities.

Work Details
The contractor is required to provide all resources necessary to deliver and/or perform the items specified in the Performance Work Statement incorporated in Section J, Exhibit A. The contract includes two Contract Line Item Numbers (CLINs): CLIN 001 for Indefinite Delivery Indefinite Quantity (IDIQ)/Firm Fixed Price (FFP) and CLIN 002 for IDIQ/Cost Plus Fixed Fee (CPFF). The contract will result in a multiple-award IDIQ contract with an effective ordering period of 5 years from the contract effective date. The models consist of both mechanical and electrical/electronic hardware elements and may incorporate new technologies such as smart materials or new processes like stereolithography and rapid prototyping using various materials from plastics, polymers, and metals.

Period of Performance
The period of performance for this contract is 60 months from the effective date: November 1, 2023 – October 31, 2028.

Place of Performance
The contract will be performed offsite at the Contractor’s facilities with limited work performed onsite at NASA Langley Research Center. The place of performance will be determined at the delivery order level.

Overview

Response Deadline
July 11, 2023, 3:00 p.m. EDT (original: June 12, 2023, 3:00 p.m. EDT) Past Due
Posted
April 27, 2023, 11:33 a.m. EDT (updated: Oct. 17, 2023, 4:06 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Hampton, VA 23681 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
High
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
77% of obligations for similar contracts within the Langley Research Center were awarded full & open.
On 4/27/23 Langley Research Center issued Solicitation 80LARC23R0008 for Amendment 0002 to Final Request for Proposal for NASA LaRC Reliance Consolidated Models VI (RECOM VI) due 7/11/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541715 (SBA Size Standard 1000 Employees) and PSC AR11.
Primary Contact
Name
Sheryl Kopczynski   Profile
Phone
None

Secondary Contact

Name
Sheryl Kopczynski   Profile
Phone
None

Documents

Posted documents for Solicitation 80LARC23R0008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 80LARC23R0008

Award Notifications

Agency published notification of awards for Solicitation 80LARC23R0008

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 80LARC23R0008

Contract Awards

Prime contracts awarded through Solicitation 80LARC23R0008

Incumbent or Similar Awards

Contracts Similar to Solicitation 80LARC23R0008

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 80LARC23R0008

Similar Active Opportunities

Open contract opportunities similar to Solicitation 80LARC23R0008

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA LANGLEY RESEARCH CENTER
FPDS Organization Code
8000-LARC0
Source Organization Code
100173681
Last Updated
Nov. 30, 2023
Last Updated By
sheryl.c.kopczynski@nasa.gov
Archive Date
Nov. 30, 2023