Search Contract Opportunities

Cryogenic Transportation Trailer   3

ID: 80AFRC25Q0004 • Type: Synopsis Solicitation • Match:  95%
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

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 80AFRC25Q0004.

NASA AFRC has a requirement for the following:

CLIN 0001, Cryogenic Transportation Trailer for Liquid Nitrogen, Qty 1, $TBP

CLIN 0002, On-site hands-on training for up 10 people, Qty TBD, $TBP

The offeror must submit the firm-fixed-price (FFP) quote for the specification and qualification contained in the Statement of Work (SOW) Attachment #1 dated February 24, 2025. The contractor shall perform the design, fabrication, testing, inspection, and operator training of the mobile cryogenic transportation trailer and recharger equipment as a complete unit.

The provisions and clauses in the RFQ are those in effect through FAC 2025-03, and can be found at: https://www.acquisition.gov/browse/index/far.

The NAICS Code and Size Standard are 336212 and 1000 employees, respectively. The offeror shall state in its offer its size status for this acquisition.

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to NASA Armstrong Flight Research Center (AFRC), Edwards AFB, CA 93523 is required within 9 months after receipt of order. Delivery shall be free on board (FOB) Destination.

Offers for the items described above are due by 12:00 PM Pacific on Thursday, March 13, 2025 to Melissa Newell at melissa.newell@nasa.gov, and must include, solicitation number, 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 encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: https://www.gsa.gov/reference/forms/solicitationcontractorder-for-commercial-products-and-commercial-services.

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 Products and Commercial Services (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows:

FAR 52.204-7 System for Award Management (Nov 2024)

FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021).

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American-- Supplies," the offeror shall so state and shall list the country of origin.

(End of Addenda)

FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services, (NOV 2021)

(a) 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:

  • Technical Capability of the item offered to meet the Government requirement
  • Price

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Addenda to FAR 52.212-2 are as follows:

The Government will award one contract resulting from this solicitation to the responsible offeror whose offers conforming to the solicitation most advantageous to the Government based on the source selection process of Lowest Price Technically Acceptable (LPTA). The use of this source selection process is authorized by FAR 12.602 Streamlined evaluation of offers because the nature of the requirement is commercial and exceeds the simplified acquisition threshold. The use of the simplified process LPTA as described in FAR 13.106-1(a)(2)(v) also meets the criteria in FAR 15.101-2(c).

The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

Technical Capability Factor:

Offeror's technical proposal will be evaluated and assigned a rating of acceptable or unacceptable. NASA/AFRC will evaluate the offerors submitted documentation to determine their ability to meet or exceed the requirements of the attached SOW and the solicitation. Offerors that do not meet or exceed the requirements of the SOW and the solicitation will not be considered for award.

Technical acceptability will be determined by reviewing the information submitted by the offeror which must provide a description in sufficient detail to show that Offeror has the appropriate tooling, knowledge, and skill level to perform the services, that will meet the requirements of the SOW. The technical factor will be rated acceptable or unacceptable.

Technical Ratings and Definitions:

Unacceptable - Proposal does not meet the minimum requirements of the solicitation.

Acceptable - Proposal meets the minimum mandatory requirements of the solicitation.

Any Offeror rated unacceptable under the technical approach factor will not be considered for award and will not be evaluated further.

Price Factor:

Offeror's that do not propose pricing in accordance with the solicitation guidance may be considered unacceptable and thus precluded from receiving an award. Offeror's price proposal will be evaluated for reasonableness. The total evaluated price will be determined by adding the prices of CLINs 0001 and 0002 listed at $TBP. The offeror's price proposal will be evaluated using techniques described at FAR 13.106-3(a) to determine the price is fair and reasonable.

Basis of Award:

The Government will award a contract resulting from the RFQ to the responsible Offeror with the Lowest Price Technically Acceptable. By submission of its offer, the offeror accedes to all RFQ requirements, including terms and conditions, representations, and certifications, in addition to those identified as evaluation factors.

The Government may reject any or all offers if such action is in the public interest. The offeror must agree with all terms, conditions, and provisions included in the solicitation. Proposals that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

(End of Provision)

All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (May 2024) Alternate I (FEB 2024) or complete electronic annual representations and certifications at SAM.gov with its offer.

Contract Clauses:

FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2024). Addenda to FAR 52.212-4 are as follows:

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)

NFS 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011)

NFS 1852.215-84 Ombudsman (Nov 2023)

NFS 1852.223-70 Safety and Health Measures and Mishap Reporting (Dec 2015)

NFS 1852.223-72 Safety and Health (Short Form) (Jul 2015)

NFS 1852.223-75 Major Breach of Safety or Security (Feb 2002) Alt I (Feb 2006)

NFS 1852.237-72 Access to Sensitive Information (Jun 2005)

NFS 1852.237-73 Release of Sensitive Information (Jun 2005)

(End of Addenda)

FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Jan 2025) is applicable and the following identified clauses are incorporated by reference:

FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note).

FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note).

FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313).

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

FAR 52.219-8, Utilization of Small Business Concerns (Jan 2025)(15 U.S.C. 637(d)(2) and (3)).

FAR 52.219-9, Small Business Subcontracting Plan (Jan 2025) (15 U.S.C. 637(d)(4)).

FAR 52.219-16, Liquidated Damages Subcontracting Plan (Sep 2021) (15 U.S.C. 637(d)(4)(F)(i)).

FAR 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) (15 U.S.C. 632(a)(2)).

FAR 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2025)(E.O. 13126).

FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).

FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).

FAR 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

FAR 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).

FAR 52.223-23, Sustainable Products and Services (May 2024) (E.O. 14057, 7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l).

FAR 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513).

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332).

FAR 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(13)).

(End of Clause)

NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf

This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Prospective offerors are encouraged to notify this office of their intent to submit an offer. All contractual and technical questions must be submitted electronically via email to Melissa Newell at melissa.newell@nasa.gov no later than 12:00PM Pacific on Friday, March 7, 2025. Telephone questions will not be accepted.

Responses to this combined synopsis/solicitation must be received via email no later than 12:00 PM Pacific on Thursday, March 13, 2025 to Melissa Newell at melissa.newell@nasa.gov.

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 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023).

Background
NASA's Armstrong Flight Research Center (AFRC) requires a mobile cryogenic transportation trailer to support its Flight Loads Laboratory (FLL) operations. The FLL conducts thermal tests that necessitate the use of liquid nitrogen (LN2) and gaseous nitrogen (GN2) for cooling test hardware and purging test chambers. The existing LN2 recharger is no longer available, prompting the need for a new DOT-approved mobile trailer capable of delivering both LN2 and GN2.

Work Details
The contract includes the following items:
- CLIN 0001: Cryogenic Transportation Trailer for Liquid Nitrogen, Qty 1
- CLIN 0002: On-site hands-on training for up to 10 people, Qty TBD.

The contractor must design, fabricate, test, inspect, and provide operator training for the mobile cryogenic transportation trailer as a complete unit. The trailer must be self-contained and capable of receiving, storing, transporting, and delivering LN2 and GN2. Specific requirements include:
1. Design phase to determine equipment configuration for desired flow rates, pressures, and temperatures.
2. Manufacturing phase to fabricate required materials and components into the final configuration.
3. End User Training: On-site training expected to last at least three days.

Specifications for the mobile LN2 trailer include:
- Minimum usable capacity of approximately 4,500 gallons; maximum capacity of approximately 6,000 gallons.
- Maximum allowable working pressure of 160 psig with adjustable tank pressure.
- Ability to deliver LN2 at up to 100 psig to an existing vacuum jacketed 2” LN2 line.

Period of Performance
Delivery is required within 9 months after receipt of order.

Place of Performance
NASA Armstrong Flight Research Center (AFRC), Edwards AFB, CA 93523

Overview

Response Deadline
March 18, 2025, 3:00 p.m. EDT (original: March 13, 2025, 3:00 p.m. EDT) Past Due
Posted
March 4, 2025, 4:23 p.m. EST (updated: March 13, 2025, 2:34 p.m. EDT)
Set Aside
None
Place of Performance
Edwards, CA United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 3/4/25 Armstrong Flight Research Center issued Synopsis Solicitation 80AFRC25Q0004 for Cryogenic Transportation Trailer due 3/18/25. The opportunity was issued full & open with NAICS 336212 and PSC 2330.
Primary Contact
Name
Melissa Newell   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 80AFRC25Q0004

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 80AFRC25Q0004

Award Notifications

Agency published notification of awards for Synopsis Solicitation 80AFRC25Q0004

Contract Awards

Prime contracts awarded through Synopsis Solicitation 80AFRC25Q0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 80AFRC25Q0004

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 80AFRC25Q0004

Experts for Cryogenic Transportation Trailer

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA ARMSTRONG FLIGHT RESEARCH CNTR
FPDS Organization Code
8000-DFRC0
Source Organization Code
100187000
Last Updated
April 2, 2025
Last Updated By
melissa.newell@nasa.gov
Archive Date
April 2, 2025