Skip to content Login
NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

VEHICLE SYSTEMS PROGRAM MODEL BUILD


Synopsis - Jul 21, 2004
Modification 01 - Posted on Aug 19, 2004
On-Line RFQ - Posted on Jul 30, 2004
JPEG Files - Posted on Aug 02, 2004
Amendment 1 - Posted on Aug 03, 2004

General Information
Solicitation Number: NNH0470647Q
Posted Date: Jul 21, 2004
FedBizOpps Posted Date: Jul 21, 2004
Original Response Date: Aug 05, 2004
Current Response Date: Aug 20, 2004
Classification Code: 99 -- Miscellaneous
NAICS Code: 336414 - Guided Missile and Space Vehicle Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771

Description
 
The Vehicle Systems Program (VSP) is the vehicle technology development function for the Aeronautics Technology Theme within NASA’s Aeronautics Enterprise. VSP was created in fiscal year 2003 to combine seven projects developing air vehicle technologies into one comprehensive program. In order to focus the technology development within each project, six conceptual vehicles are defined which reflect the various technologies being developed across the program. The purpose of this contract is to construct sets of large and small models of the conceptual vehicles to aid in VSP outreach activities.

The Contractor shall build and deliver 2 sets of large and 4 sets of small models of the VSP conceptual vehicles. Sizes are defined below. The Government will provide 3-views of the models in the JPEG image format. The six conceptual vehicles are defined as: Subsonic Transport (ST) Supersonic Aircraft (SSA) Rotocraft (RC) Extreme Short Takeoff and Landing (ESTOL) Personal Air Vehicle (PAV) Uninhabited Air Vehicle (UAV)

Deliverables:

Note on model sizes: The following sizes are based on sizing the various models to one another not by scale but by relative size. This creates models in the same set at difference scales, but avoids creating models that are undesirably large or small.

Large Models (2 sets required): ST - 5' wing span, fuselage to scale SSA - 5' fuselage length, wing to scale RC - 4' fuselage length, wing to scale ESTOL - 4' fuselage length, wing to scale PAV - 3.5' fuselage length, wing to scale UAV - 5' wing span

Small models (4 sets required): ST - 12" wing span, fuselage to scale SSA - 12" fuselage length, wing to scale RC - 10" fuselage length, wing to scale ESTOL - 10" fuselage length, wing to scale PAV - 9" fuselage length, wing to scale UAV - 12" wing span

Stands: Each model shall be mounted on a statically stable stand sufficient to support the weight of the model. The stand shall be designed in a manner to not distract from the model’s appearance. It is preferable to have the large stands created in a manner that allows for displaying from the floor or a standard height table.

Finish: The models shall be finished with paint and decals to achieve a look typical of that reflected in the images. No detail on the interior of vehicles is expected. No landing gear is required. All vehicles shall follow the same exterior scheme, which will be selected by time of contract award.

Shipping Containers: Each large model shall be delivered with its own shipping crate. A set of small models may be contained within one shipping crate. The crates shall be of a material sufficient to prevent damage to the models during standard shipping on commercial carriers.

The period of performance shall be 3 months from date of award.

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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin;= . The information required by FAR Subpart 12.6 is included in the on-line RFQ.

Offerors shall provide references and points of contact for at least three customers for work of similar technical scope and complexity within the past 5 years. References may be public or private, but the focus should be on Federal customers. Offerors shall provide descriptive literature. Descriptive literature means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a products characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. The Government intends to award to the lowest, responsive, responsible, technically acceptable offeror.

The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13.

Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than July 29, 2004. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any).

An ombudsman has been appointed - See NASA Specific Note "B".

Any referenced notes may be viewed at the following URLs link below.


Point of Contact
Name:Felecia L. London
Title:Simplified Acquisition Specialist
Phone:(301) 286-4112
Fax:(301) 286-0356
Email:felecia.l.london.1@gsfc.nasa.gov

Name:Carolyn Gonser
Title:Procurement Manager
Phone:(301) 286-3294
Fax:(301) 286-0357
Email: Carolyn.S.Gonser.1@gsfc.nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at:
NASA Insignia Owner: Ron Crider | Technical Support | Section 508 Compliant
Last revised: June 09, 2004 by DLE