Search Contract Opportunities

Final Request for Proposal for NASA LaRC Force Measurement Support Services III (FMSS III)   5

ID: 80LARC23R0015 • Type: 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

Posted: June 26, 2023, 1:22 p.m. EDT

UPDATE: 6/26/2023

The purpose of this RFP Amendment 0001 is to update the following:

  • Cost Forms do not require input in Row 31 Material Cost or Row 33, Other Direct Costs. Amended Cost Form attached.

______________________________________________________________________

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:

  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.
  4. 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.
  5. Offerors are required to have a Commercial and Government Entity (CAGE) code that matches the corporate address submitted with its proposal.
  6. 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 Section L)
  • 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 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.

Posted: May 22, 2023, 3:54 p.m. EDT
Background
The National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) is seeking high-quality force and strain measurement capabilities to meet NASA’s objectives. The 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.

Work Details
The contractor shall provide all resources necessary to deliver and/or perform engineering design, evaluation, and analysis of single- and multi-axis force transducers, conventional fabrication services, additive manufacturing services, force transducer instrumentation services, and material and structures instrumentation services. The contractor shall also ensure technical excellence, critical contractor interfaces, contract and project management, NASA/Contractor partnership, worker qualifications, training, technical services desk for task processing and records management, documentation, contract performance management and assessment.

Period of Performance
The period of performance of this contract is 60 months from the effective date of the contract: 1 October 2023 – 30 September 2028. In addition, each Task Order issued will identify a specific period of performance. Issuance of Delivery Orders will not occur beyond the current contract expiration date. Performance of all Task Orders issued before the end of the period of performance shall not exceed 6 months beyond the contract period of performance.

Place of Performance
The work to be performed under this contract shall be performed at the Contractor’s facility; the Subcontractor’s facility; other sites as designated by individual Delivery Orders.

Overview

Response Deadline
June 30, 2023, 3:00 p.m. EDT Past Due
Posted
May 22, 2023, 3:54 p.m. EDT (updated: June 26, 2023, 1:22 p.m. EDT)
Set Aside
None
Place of Performance
Hampton, VA United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/22/23 Langley Research Center issued Solicitation 80LARC23R0015 for Final Request for Proposal for NASA LaRC Force Measurement Support Services III (FMSS III) due 6/30/23. The opportunity was issued full & open with NAICS 334511 and PSC AR11.
Primary Contact
Name
Ambreen M Sanchez   Profile
Phone
None

Documents

Posted documents for Solicitation 80LARC23R0015

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation 80LARC23R0015

Award Notifications

Agency published notification of awards for Solicitation 80LARC23R0015

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 80LARC23R0015

Contract Awards

Prime contracts awarded through Solicitation 80LARC23R0015

Incumbent or Similar Awards

Contracts Similar to Solicitation 80LARC23R0015

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 80LARC23R0015

Similar Active Opportunities

Open contract opportunities similar to Solicitation 80LARC23R0015

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
July 15, 2023
Last Updated By
ambreen.sanchez@nasa.gov
Archive Date
July 15, 2023