nasa r21els.el...j,j . w-10-80645 part i-thes chedule section b - supplies or services ~...

84
SOLICITATION, OFFER AND AWARL 1. THIS CONTRACT IS A RATEO ORDER RATING PAGE OF UN*R DPAS (16 CFR 700) WI PAGES 2. CONTRACT NO. I 3. SOLICITATION NO. ‘1 14. TYPE OF SOL\CITATION \ 5. DATE ISSUED 8. flECNJISmON/PURCHASE NO. W- 10-80645 I NEGOTIATED(RFPI 10-80645 7. ISSUEDBy NASA Hadqustiers COOE HWC 8. ADORESS OFFER TO (~orh.r thankm 7) Acquisition Division Code. HW, Attn: R21Els. El.dbg Washington, DC 20546-0001 NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and ‘bidder”. SOLICITATION 9. Sealed offers in original and * copies for furnishing the supplies or serwices in the Schedule will be received ;* h- lace specified in Item 8, or if handcarried, in the depository located in NASA Ho. CODE HWCIRM 4C35 4& local time ~/2.5195 until - * %? - L.12.A ofthismliatatial (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: Section L, Provision No. 52.214-7 or 52.215-10. All offers are subject to all terms and conditions contained in this solicitation. 10. FOR INFORMATION b’ A. NAME CALL: B. TELEPHONENO. (7ncludeara code)(NO COLLECT CAL,IS) I DONNA S. BLANDING ~02)358-0480 11. TABLE OF CONTENTS [x) SEC. 0ESCRW170N ~GE(s) (x) SEC. DESCRl~lON PAGE(SI PART I - THE SCHEDULE PART II - CONTRACT CLAUSES A SOLICllATION/CONTRACT FORM I CONTRACT CLAUSES SUPPLIES OR SERVICES AND PRICES/COST PART Ill - LIST OF DOCUMENTS, EXHIBITS ANO OTHER ATTACHMENTS 1: DESCRK=+TlON/SpECSi.NORKSTATEMENT J lL’-A”AcH”=~ /0 PACKAGING ANO MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS \E INSPECTION AND ACCEPTANCE IF OELIVERIES OR PERFORMANCE K REPRESENTATIONS, CERTIFICATIONS ANO ~ OTHER STATEMENTS OF OFFERORS /G CONTRACT ADMINISTRATION OATA IL lNSTRS.. CONDS.. AND NOTICES TO OFFERORS IH SPECIAL CON~ACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD I OFFER (Must be fully completed by offeror) ~. NOTE: Item 12 does not apply if the solicitation includes the provisions st 52.214-16, Minimum Bid Acceptance Period. 12. In compliance with the above, the undersigned agreea, if this offer is eccepted within calendar days (60 calendar days unless a different period ia inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule. 13. OISCOUNT FOR PROMPT PAYMENT *1 10 CA LENOAR DAYS 20 CALENOAR OAYS 30 CALENDAR OAYS CALENOAR DAYS (Seasection1, Cl*use No. 62.232-S) I I 14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE (The offeror acknowledges receipt of amend- ment to tha SOLICITATION for offerom and related documents numbered and dated: COOE I FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZE TO SIGN 15A. NAME OFFER (Type or ;ririt) ANO ADORESS OF OFFEROR I I 15B. TELEPHONE NO. (hclde arm code) 15 C. CHECK IF REMllTANCE AOORESS IS 17. SIGNA~RE D :~=%?!%%~fiE - EN=R SUCH I 18. OFFER OATE I AWARD (To be comtdeted by Government) 19. ACCEPTEO AS TO ITEMS NUMBEREO 20. AMOUNT 21. ACCOUNTING ANO APPROPRIATION 22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION ~ 10 U.S.C. 2304[c) ( ) 23. SUaMIT lNVOICEa TO AOORESa SHOWN IN +1 ITEM ~ IOu.s.c. 2304,C, ( ) [4 copiee unless otherwise specified] 24. ADMINISTERED BY (Ifotker hun hem7) COOE i 25. PAYMENT WILL 8E MADE 8Y coDE l__——_— 26. NAME OF CONTRACTING OFFICER (Type orpnntj 27. UNITED STATES OF AMERICA 28. AWARO OATS (Signature of G2.fractig @ker) UYSPORTANT - Aw~ wan ~ or bv ~ce. . NSN 7540-01- 152-S064 33-132 STANOARO FORM 33 (Rev. +861 PREVIOUS EOITION NOT USABLE prescribed by GSA FAR [48 CFRI 53.214(c)

Upload: others

Post on 12-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

SOLICITATION, OFFER AND AWARL 1. THIS CONTRACT IS A RATEO ORDER RATING PAGE OF

UN*R DPAS (16 CFR 700) WI PAGES2. CONTRACT NO. I 3. SOLICITATION NO. ‘1 14. TYPE OF SOL\CITATION \ 5. DATE ISSUED 8. flECNJISmON/PURCHASENO.

W- 10-80645 I ❑ NEGOTIATED(RFPI 10-806457. ISSUEDByNASA Hadqustiers

COOE HWC 8. ADORESS OFFER TO (~orh.r thankm 7)

Acquisition DivisionCode. HW, Attn: R21Els.El.dbgWashington, DC 20546-0001

NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and ‘bidder”.

SOLICITATION

9. Sealed offers in original and * copies for furnishing the supplies or serwices in the Schedule will be received ;* ●h- lace specified inItem 8, or if handcarried, in the depository located in NASA Ho. CODE HWCIRM 4C35 4& local time ~/2.5195until ‘ -

* %? - L.12.Aofthismliatatial (Hour) (Date)

CAUTION - LATE Submissions, Modifications, and Withdrawals: Section L, Provision No. 52.214-7 or 52.215-10.All offers are subject to all terms and conditions contained in this solicitation.

10. FOR INFORMATION

b’

A. NAMECALL:

B. TELEPHONENO. (7ncludeara code)(NO COLLECT CAL,IS)IDONNA S. BLANDING ~02)358-0480

11. TABLE OF CONTENTS

[x) SEC. 0ESCRW170N ~GE(s) (x) SEC. DESCRl~lON PAGE(SI

PART I - THE SCHEDULE PART II - CONTRACT CLAUSES

A SOLICllATION/CONTRACT FORM I CONTRACT CLAUSES

SUPPLIES OR SERVICES AND PRICES/COST PART Ill - LIST OF DOCUMENTS, EXHIBITS ANO OTHER ATTACHMENTS

1: DESCRK=+TlON/SpECSi.NORKSTATEMENT J lL’-A”AcH”=~/0 PACKAGING ANO MARKING PART IV - REPRESENTATIONS AND INSTRUCTIONS

\E INSPECTION AND ACCEPTANCE

IF OELIVERIES OR PERFORMANCEK

REPRESENTATIONS, CERTIFICATIONS ANO ~OTHER STATEMENTS OF OFFERORS

/G CONTRACT ADMINISTRATION OATA IL lNSTRS.. CONDS.. AND NOTICES TO OFFERORS

IH SPECIAL CON~ACT REQUIREMENTS M EVALUATION FACTORS FOR AWARD I ‘

OFFER (Must be fully completed by offeror) ~.NOTE: Item 12 does not apply if the solicitation includes the provisions st 52.214-16, Minimum Bid Acceptance Period.

12. In compliance with the above, the undersigned agreea, if this offer is eccepted within calendar days (60 calendar days unless adifferent period ia inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices areoffered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. OISCOUNT FOR PROMPT PAYMENT *110 CALENOAR DAYS 20 CALENOAR OAYS 30 CALENDAR OAYS ‘ CALENOAR DAYS

(Seasection1,Cl*use No. 62.232-S)I I

14. ACKNOWLEDGMENT OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE(The offeror acknowledges receipt of amend-ment to tha SOLICITATION for offerom andrelated documents numbered and dated:

COOE I FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZE TO SIGN15A. NAME OFFER (Type or ;ririt)

ANOADORESSOFOFFEROR

I I15B. TELEPHONE NO. (hclde arm code) 15 C. CHECK IF REMllTANCE AOORESS IS 17. SIGNA~RE

D :~=%?!%%~fiE - EN=R SUCH I

18. OFFER OATE

I

AWARD (To be comtdeted by Government)19.ACCEPTEO AS TO ITEMS NUMBEREO 20. AMOUNT 21. ACCOUNTING ANO APPROPRIATION

22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION

~ 10 U.S.C. 2304[c) ( )23. SUaMIT lNVOICEa TO AOORESa SHOWN IN

+1

ITEM

~ IOu.s.c. 2304,C, ( ) [4 copiee unless otherwise specified]

24. ADMINISTERED BY (Ifotker hun hem7) COOE i 25. PAYMENT WILL 8E MADE 8YcoDE l__——_—

26. NAME OF CONTRACTING OFFICER (Type orpnntj 27. UNITED STATES OF AMERICA 28. AWARO OATS

(Signature of G2.fractig @ker)

UYSPORTANT- Aw~ wan ~ or bv ~ce. .

NSN 7540-01- 152-S064 33-132 STANOARO FORM 33 (Rev. +861PREVIOUS EOITION NOT USABLE prescribed by GSA FAR [48 CFRI 53.214(c)

Page 2: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

PAGEW-10-8064S

PART I - THE

TABLE OF CONTENTS

SCHEDULE . B-1

B-1B-1B-1B-3B-3B-3B-3B-3

c-1c-lc-2c-2

D-1

. . . . . . . . . . . . . .

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.........

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

SECTION BB.1B.2B.3B.4B.5B.6B.7

SECTION CC.1C.2C.3

SECTION D

SECTION EE.1

SECTION FF.1F.2F.3

- SUPPLIES ORCONTRACT LINEPRICESMATERIALS : :PAYMENTSPAYMENT RA~E.

SERVICES AND PRICES/COSTSITEM NUMBERS (CLIN) . . .. . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . .. . . . . . . . . . . . .

MINIMUM GUA.lWNT EEDORDERS . . . . . . .CONTIU4CT CEILING PRICE . . . . . . . .

- DESCRIPTION/SPECIFICATIONS/WORK STATEMENTBACKGROUND . . . . . .SCOPESTUDIES*TO”BE ;R&~DED-

- PACKAGING AND MARK?NG

. . . . . . . . . .

. . . . . . . . . .

. . . . . . . . . .

. . . . . . . . . .

- INSPECTION AND ACCEPTANCE . . . . . . . . . ..

.

...

.

...

.

...

.

.E-1E-1LISTING OF CLAUSES INCORPORATED BY REFERENCE

- DELIVERIES OR PERFORMANCE .LISTING OF CLAUSES INCORPORATE: BY”REFEREN;E”PERIOD OF PERFORMANCE . . . . . . . . . . .

F-1F-1F-1 “

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.

.SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESSSUBCONTWCTING PLAN REPORTING . . . . . . . . .

- CONTlU4CT ADMINIST~TION DATA . . . . . . . .

LISTING OF CLAUSES INCORPO~TED BY REFERENCE .

F-1. . . . . .

SECTION G

G.1G.2

G.3

SECTION HH.1H.2H.3

H.4H.5H.6

SECTION I1.11.21.3

G-1.

.

. . . . . .

G-1. . . . . .FINANCIAL REPORTING OF GOVERNMENT-OWNED/CONTRACTOR-HELDPROPERTYsubmission-o; &+oic&”F6R.p&fEk” I I 1 I 1 I I I I I

- SPECIAL CONTRACT REQUIREMENTS . .

LISTING OF CLAUSES INCORPORATED BY.REF;REN:E” : : : : :TASK ORDER PROCEDURES . . . . . . . . . . . . . . . . .

G-1G-2

.

...

.

.

H-1H-1H-1

.

.

.

.

.

.

.

.

.DELEGATION OF C()~CTING OFFICER TECHNICAL REPRESENTATIVE(COTR )PROTECTI~N-O; ~N&O&&T~ON : : : : : : : : : : : : : : : : :SMALL BUSINESS SUBCONTWCTING GOAL . . . . . . . . . . . .LIMITATION (3F FUTURE CONTRACTING . . . . . . . . . . . . .

H-2H-3H-4H-4

.

.

.

- CONT~CT CLAUSESLISTING OF CLAUSES ~N~ORPGtiTED”B~ RE;E~ENcE I 1 I 1 J I

CLAUSES INCORPOIU4TED BY REFERENCE (FAR 52.252-2) (JUN 1988)REQUIREMENT FOR CERTIFICATE OF PROCUREMENT

1-11-1I-3

.

.

.

INTEGRITY--MODIFICATION (FAR 52.203-9) (SEP 1995) . . . . . . . . . .

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS . . . .

SECTION J - LIST OF ATTACHMENTS. . . . . . . . . . . . . . . . . . .

PART IV - REPRESENTATIONS AND INSTRUCTIONS . . . . . . . . . . . . .

I-4.

J-1.

J-1.

K-1.

Page 3: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

IiW-10-80645 TABLE OF CONTENTS PAGE

SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OFOFFERORS OR QUOTERS .

K.1 CONTINGENT FiE”RipiE&E~iT~ON M ~G~E&&fi ~F&-5~.~O~-~)” “(APR 1984)

K.2 REQUIREMENT FOR LERT~F~CATE oF”pRO~&Efifi”I~EG~I~Y” (~fi “ “52.203-8) (SEP 1995) ALTERNATE I (SEP 1990) . . . . .

K.3 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INF&EN&E”CERTAIN FEDERAL TWSACTIONS (FAR 52.203-11) (APR 1991) . . .

K.4 CONTRACTS BETWEEN NASA AND FORMER NASA EMPLOYEES (NASA18-52.203-70) (DEC 1988)

K.5 TAXPAYER IDENTIFICATION (F&”5j.~0~-~) .(SE; ;962j : : : : : :K.6 CERTIFICATION REGARDING Debarment’, SUSPENSION, PROPOSED

DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (FAR 52.209-5)(MAY 1989)

K.7 TYPE OF BUSItiSS .ORG&J~ZAT~ON ~F&.5j.jl&;)jti ~967j : : :K.8 AUTHORIZED NEGOTIATORS (FAR 52.215-11) (APR 1984) . . . . . .K.9 PLACE OF PERFORMANCE (52.215-20) (APR 1984) . . .K.1O SMALL BUSINESS CC)NCERN REPRESENTATION (FAR s2.219-~) .(~fi - .

.-A.,

K-1

K-1

K-1

K-4

K-5K-6

K-7K-9K-9K-9

AYY1) . . . . . . . .

SMALL DISADVANTAGED BU&NE&”C~N;E&-REPRESE&AT~ON ~52.219-2) (FEB 1990)WOMEN-OWNED SMALL BUSINE& ”REP~E;E~AT~ON {Fl&”5~.;lj(APR 1984)PREFERENCE F~R”L&bR”S&;LUS ”tiEA :ONCER&- (Fti :2:2;(APR 1984)CERTIFICATION ~F”N~NSEGREGATED-FAC~L;T~ES lF&”5~.~2;(APR 1984)PREVIOUS COtitiC;S ”Z&D.C~M~L;tiCE RESORTS ~F&”5~.~2~(APR 1984)AFFIRMATIVE AC+IbN.C;MjL;A&CE ~F&.5;.;2~-;5j ~A;R”ljCLEAN AIR AND WATER CERTIFICATION (FAR 52.223-1) (APRCERTIFICATION REGARDING A DRUG-FREE WORKPLACE (FAR 52(JUL 1995) . . . . . . . . . . . . . . . . . . . . .

F&.K-10K.11

K-10‘K.12 -;)“

.

K-12K.13

.

K-12 ““.K.14

K-12-i2;K.15

.

K-13K-14K-14

8~) .1984

.223-

K.16K.17K.18

i5)

K-14-. .

SECTION LQUOThKS . . . . . . . . . . . . . . . . . . . . .. . . . --..--L-1L.1L.2

- INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR.- .

LISTING OF CLAUSES INCORPORATED BY REFERENCE . : : : : : : ;-~SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FAR52.252-1) (JUN 1988) L-1ORGANIZATIONAL ComLIc&.o~ ~tiERE&T”cER~I~ILA+EJ -&K~T~N& -CONSULTANTS (52.209-7) (NOV 1991) L-1UNNECESSARILY ELABOwlTE PROPOSALS 6R”QUO+A+I&S ~F&” - “ - “52.215-7) (APR 1984) L-3CONT~CT AWARD (FAR 52:2~5+-(&J~ ~9;Oj : : : : : : : : : : L-3TYPE OF CONTRACT (FAR 52.216-1) (APR 1984) L-4SIC CODE AND SMALL BUSINESS SIZE STAND- (F&”5j.&~-j2j - -(JAN 1991) L-5BROWSELIBfiY. : : : : : : : : : : : : : : : : : : : :: : : L-5OTHER COMPKJNICATIONS REGARDING THIS SOLICITATION . . . . . . L-5SERVICE OF PROTEST (FAR 52.233-2) (NOV 1988) L-6PROPOSAL/SEALED BID COVER SHEET (I+W 52.215-90) -(:E; i9;2j : : L-6GENERAL INFORMATION ABOUT PROPOSAL FORMAT, DETAIL ANDAUTHORSHIP (HW 52.215-95) (OCT 1992) . . . . . . . . - L-7INSTRUCTIONS FOR THE PREP~TION OF EA;H”V~LUME OF THEPROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . ..L-8

L.3

L.4

L.5L.6L.7

L.8L.9L.1OL.11L.12

L.13

Page 4: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 TABLE OF CONTENTS PAGE

SECTION M - EVALUATION FACTORS FOR AWARD M-1M.1 OVEW1.LL BASIS FOR AWARD (HW 52.2i5~9~)” (&+ i9;2j : : : : : : M-1,

}

[,

—-

,

Page 5: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

J

,j .

W-10-80645

PART I-THES CHEDULE

SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS

SECTION B

B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN)

CLIN 1000

CLIN 2000

B.2 PRICES

The contractor, upon receipt of a Task Order, shall furnishall labor necessary to perform the work described in SectionC, which is specified h the Task Order, at the rates setforth in schedule clause B.2.

Materials, as specified in each task order.

(a) The labor rates for each labor classification shall be as setforth below. The hourly rates are loaded rates, i.e. the basic.ratefor each labor classification plus all app~icable burdens includingthe elements of profit.

Contract Year 1

LaborClassifications---- ---- ---- ---

101. Study Manager102. Senior Scientist103. Scientist104. Senior Engineer105. Engineer106. Mathematician/Statistician107. Editor/Technical Writer108. Secretarial/Clerical

LaborClassifications----- ----- -----

201.202.203.204.205.206.207.208.

HourlyRate---- --

.Contract Year 2

Study ManagerSenior ScientistScientistSenior EngineerEngineerMathematician/StatisticianEditor/Technical WriterSecretarial/Clerical

HourlyRate---- --

s$

$

$

B-1

Page 6: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

W-10-80645 SECTION B

Contract Year 3

LaborClassifications

----- ----- -----

301. Study Manager302. Senior Scientist303. Scientist304. Senior Engineer305. Engineer306. Ma~hematician/Statistician307. Editor/Technical Writer308. Secreta4al/Clerical

Contract Year 4

LaborClassifications---- ----- ---- --

401.402.403.404.405.406.407.408.

Study ManagerSenior ScientistScientistSenior EngineerEngineerMathematician/StatisticianEditor/Technical WriterSecretarial/Clerical

Contract Year 5

LaborClassifications---- ---- ---- ---

501.502.503.504.505.506.507.508-

Study ManagerSenior ScientistScientistSenior EngineerEngineerMathematician/StatisticianEditor/Technical WriterSecretarial/Clerical

HourlyRate

---- ---- ---- ----

$

$

$

$

HourlyRate---- --

$

$

$

$

.

HourlyRate ----- --

$

$

(b) The minimum qualifications for labor categories are Set forth inSection J as Attachment A.

B-2

Page 7: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I,

/j

W-10-80645

B.3 MATERIALS

SECTION B

Materials shall include expenses for materials/supplies, travel andper diem for contractor/subcontractor personnel, etc. and shall be“reimbursed at cost including general and administrativeexpenses/material handling costs in accordance with the contractor’sdisclosed/standard accounting practices. Fee (profit) is notapplicable to materials.

B.4 PAYMENTS

In accordance with FAR clause 52.232-7 (APR 1984) entitled ‘Paymentsunder Time-and-Materials and Labor-Hour Contracts” incorporated byreference in Section I, payment may be made monthly upon invoicesspecifying the number and type of direct hours expended and materialsexpenses for individual task order, subject to audit.

B.5 PAYMENT RATE .

If work and services on any task order cross a contract year, thecontractor will be paid at the rate currently in effect at the timethe task order work is performed.

B.6 MINIMUM GUAW4NTEED ORDERS

The Government shall order and the contractor shall furnish a minimum “quantity of semices valued up to $500,000 during the period of thiscontract.

B.7 CON’ITU4CT CEILING PRICE

Pursuant to FAR 16.601(c), the ceiling price for the five yearcontract shall be $9,599,400.

[END OF SECTION].

B-3

Page 8: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION C

SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

The mission of NASA’s Space Science Enterprise is to seek answers tofundamental questions concerning the galaxy and the universe, theconnection between the Sun, Earth and heliosphere, the origin andevolution of planetary systems, and the origin and distribution oflife in the universe.

NASA’s Space Science Enterprise is comprised of three disciplinaryareas that support these investigations: Solar System Exploration,Space Physics, and Astrophysics.

Solar System Exploration has the responsibility for the planning andimplementation of the scientific exploration of the solar system,including the planets and their satellites, comets and asteroids; andthe interplanetary medium. The program strategy consists of anordered progression from initial reconnaissance to global exploration,and on to intensive study comprising in-situ measurements and samplereturns. Emphasis in the coming decade will be on the implementationof small relatively inexpensive missions that can be conducted with ‘“small spacecraft. Potential targets for these missions will include “all bodies in the solar system, with a likely emphasis on Mars, theSmall bodies (asteroids and comets) , Pluto and the search for otherplanetary systems. Technology transfer and the formation ofimplementing partnerships with industry and universities is a goal ofall Solar System Exploration programs.

Space Physics manages a research program which supportsi.nvesti.gations of the ori,gin, evolution and interactions ofparticulate matter and electromagnetic fields in a wide variety ofspace plasmas. Its studies focus on the upper atmosphere, ionospheresand magnetospheres Of the earth and other planets, the Sun as a starand as a source of solar system energy, plasma and energeticparticles; and the acceleration, transport, ancl i.nt-eractionsof energetic particles and plasma throughout the solar system and thegalaxy. Observations, theory, modeling , simulations,laboratory studies, interactive data analysis, instrument development,and active experiments are all important aspects of the program.

Astrophysics is concerned with the understanding of the origin andfate of the universe; the fundamental physical laws of physics; andthe birth and evolution of the large variety of objects in theuniverse, from the most benign to the most violent. These goals arepursued through contemporaneous observations across the entireelectromagnetic spectrum, and through theoretical interpretation ofthe radiation and fields associated with astrophysical systems. Theprogram is centered around a series of space obsewatories (the GreatObsewatories and the smaller spacecraft in the Explorer series) ,

i c-l[

Page 9: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION C

1

,{

supported by a research base consisting of instrument developments, sub-

orbital research activities, data analysis, and theoretical studies.

C.2 SCOPE

The NASA’s Space Science Enterprise has a requirement for technical,scientific and engineering studies and for independent analysis. Thestudies require unique and highly specialized engineering andscientific skills in order to investigate and/or answer fundamentalquestions relating to the mission of NASA’s Space Science Enterprise.They also include development of Environmental Impact Statements orEnvironmental Assessments for missions carrying radioactive sources.Independent Assessments provide NASA management with timely,objective, non-advocacy analysis of a program’s health and status inkey areas relating to the mission of NASA’s Space Science Enterprise. -

C.3 STUDIES TO BE PROVIDEDL

C.3.1 The technical studies are to include: instrument and spacecraftdesign feasibility, mission options and performance expectations,system design analysis to provide realistic micro spacecraftsystems and technologies needed to accomplish specific goals. “

C.3.2 The scientific studies, address such areas as: sample handlingand analysis, payload definition to meet science goals, potentialscience objective of small, low cost missions and scienceconcepts applicability.

C.3.3 The engineering studies, address such areas as: advancedpropulsion capabilities, potential lander technologies, advancedlightweight optics, and mission feasi.bili.ty studies.

.

C.3.4 The independent assessments, are to include: risk assessments andenvironmental impact analysis, mission trajectory analysis, In-Situ Resource Utilization studies, and estimate of missiondevelopment and life cycle costs.

[END OF SECTION]

c-2

Page 10: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-lo-80645 SECTI0N D

SECTION D - PACKAGING AND MARKING

[END OF SECTION]

—.

D-1

Page 11: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

1-3

.

[N01&a3SdoaN31

..

8*)LN3N3!tddflS3Vd’VSVN“II

986TNW9-9%Z”ZS

3miaasmnhl

#

Page 12: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

IiSECTION F

F.1

F.2

SECTION F - DELIVERIES OR PERFORMANCE

LISTING OF CLAUSES INCORPORITED BY REFERENCE

NOTICE : The following solicitation provisions and/Or contract clausespertinent to this section are hereby incorporated by reference:

I.

II.

‘PERIOD

FEDEFUiL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE

52.212-13 AUG 1989

NASA FAR SUPPLEMENT (48

18-52.212-70 DEC 1988

TITLE

STOP-WORK ORDER

CFR CHAPTER 18) CLAUSES

NOTICE OF BELAY

(End of clause)

OF PERFORMANCE“

The period during which the Government has the right to issue TaskOrders hereunder shall commence on the effective date of this contract ““and end sixty (60) consecutive months thereafter. The period of

-.

performance for each Task Order shall be specified in each individualTask order.

SMALL BUSINESSREPORTING (NFS

(End of clause)

AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN18-52.219-75) (SEPT 1992)

(a) The Contractor shall submit the Summary Subcontract Report(Standard Form [SF] 295) quarterly for the reporting periods specifiedin block 1.A. of the form. Reports are due 30 days after the close ofeach reporting period.

(b) The Contractor shall also complete Item 15 (Subcontract awards toHistorically Black Colleges and Universities/Minority Institutions) inaccordance with the existing instructions applicable to DODactivities.

(c) All other provisions in the instructions paragraphs of the SF 295remain in effect.

(d) The Contractor shall include this clause in all subcontracts thatinclude the clause at FAR 52.219-9.

(End of clause)

[END OF SECTION]

F-1

Page 13: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

0

11

SECTION G

!$

SECTION G - CONTRACT ADMINISTRATION DATA

G.1 LISTING OF CLAUSES INCORPO~TED BY REFERENCE

NOTICE : The following soli.citati.on provisions and/or contract clausespertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

No FAR By-reference clauses in Section G.

II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

18-52.204-70 NOV 1992 REPORT ON N~A SUBCONTRACTS18-52.245-70 MAR 1989 ACQUISITION

EQUIPMENT

(End of clause)

OF CEN’13UkLLY REPORTABLE

G.2 FINANCIAL REPORTING OF GOVERNMENT-OWNED/CONTRACTOR-HELD PROPERTY(18-52.245-73) (July 1994)

(a) The Contractor shall prepare and submit annually a NASA Form 1018,Report of Government-Owned/Contractor-Held Property, in accordancewith 18-45.505-14 and the instructions on the form and in section 18-45.7101 of the NASA FAR Supplement, except the reporting of spacehardware shall be required only as directed in clause 18-52.245-78,Space Hardware Reporting, of this contract, if applicable.

(b) If administration of this contract has been delegated to theDepartment of Defense, the original of NASA Form 1018 shall besubmitted to the NASA installation Financial Management Officer andthree copies shall be sent concurrently through the DoD PropertyAdministrator to the NASA office identified below. If the contract isadministered by NASA, the original of NASA Form 1018 shall besubmitted to the installation Financial Management Officer and threecopies shall be sent concurrently to the following NASA office: NASAHeadquarters, Code HWB, Attn: Industrial Property Officer,Washington, DC 20546.

(c) The annual reporting period shall be from October I of each yearto September 30 of the following year. The report shall be submittedby October 31.

(d) The Contractor agrees to insert the reporting requirement in allfirst-tier subcontracts, except that the requirement shall provide forthe submission of the subcontractors’ reports to the Contractor, not

G-1

Page 14: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

0

i}

W-10-80645 SECTION G

to the Government. The Contractor shall require the subcontractors’reports to be submitted in sufficient time to meet the rePorting datein paragraph (c) above.

(e) The Contractor’s report shall consist ofsubcontractor’s reports and the Contractor’s

a consolidation ofown report.

(End of clause)

G.3 SUBMISSION OF INVOICES AND VOUCHERS FOR PAYMENT (HW 52.216-101) (AUG1995)

(a) The original of all invoices and vouchers shall be sent directlyto:

NASA HeadquartersFinancial Management DivisionCode BFH —

Washington, DC 20546

,This is the designated payment office for purposes of the Prompt‘Payment clause of this contract.

(b) Informational copies of each invoice/voucher shall besimultaneously sent to both the Contracting Officer and theContracting Officer’s Technical Representative (COTR) as follows:

NASA HeadquartersCode HW/Contracting OfficerWashington, DC 20546

NASA HeadquartersCode SP/Donald PinklerWashington, DC 20546

(c) All cost reimbursement vouchers shall be annbtated with the periodof performance covered by the billing as well as contain an itemizedaccounting of costs by element, not by cost category. For example, itis not sufficient to itemize Direct Labor @?$25,600, but insteadshould itemize as follows:

Program Manager 40 hrs $50.00 $ 2,000.00Sr. Engineer 320 hrs $40.00 $12,800.00Jr. Engineer 320 hrs $30.00 $ 9,600.00Administrative 80 hrs $15.00 $ 1,200.00

In addition to itemizing costs for the billing period, the vouchershall also itemize cumulative costs claimed.

(End of clause)

[END OF SECTION]

G-2

Page 15: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-lCI-80645SECTION H

H.1

H.2

SECTION H - SPECIAL CONTRACT REQUIREMENTS

LISTING OF CLAUSES INCORPORATED BY REFERENCE

NOTICE : The following solicitation provisions and/or contract clausespertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUS ENUMBER DATE TITLE

No FAR By-reference clauses in Section H.

II. NASA FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

18~52.208-81 AUG 1993 RESTRICTIONS ON PRINTING AND

DUPLICATINGL

(End of clause)

TASK ORDER PROCEDURES

The procedures listed below will be followed in negotiating andissuing task orders for work to be perforzned under this contract.

(a) The COTR will prepare a Work Statement for each Task order.The Work Statement shall be cross-referenced to the applicable..Statement of Work paragraph(s) . If the work is not beingi.ni.tiated by the COTR, the initiator shall prepare the WorkStatement and obtain the approval of the COTR for the Task order.Each Work Statement will also list deliverables with datesrequired and a final completion date.

(b) The Contracting Officer shall review the Work Statement todetermine whether it i.s within the scope of the contract. TheContracting Officer will issue a Task order for preparation of aStudy Plan to the Contractor by facsimile.

(c) The Contracting Officer will issue t-he Task order onOptional Form 347. All Task orders issued under this contractwill have a maximum dollar value which is not to be exceededprior to a modification to the order signed by the ContractingOfficer. Each Task order will be funded separately. Each Taskorder is subject to the Limitation of Funds clause giveri in theSchedule.

(d) The contractor shall prepare a Study Plan and submit copiessimultaneously to both Contracting Officer and the COTR. Thecontractor’s proposed plan shall include:

H-1

Page 16: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

(e)

SECTION H

(i) plan for how the work is to be performed, including whoshall perform it, when, where, and in what se~ence; and

(ii) complete cost proposal showing hours and rates by l~orcategory and materials burdened in accordance with scheduleclause B.3.

(iii) separate percentage goals for using small businessconcerns and small disadvantaged business concerns assubcontractors in accordance with Attachment B entitled“Small Business and Small Disadvantaged BusinessSubcontracting Plan”.

The Contracting Officer, assisted by the COTR, shallnegotiate the Task order with the contractor.

.

(f) The Contracting Officer will issue a modification to theTask order for initiation of the study. my subsequent changesin the work required or increases in the maximum dollar value ofthe order will be accomplished by a modification to the Taskorder prior to taking place.L

(g) In rare instances, the Contracting Officer may issue a Taskorder which includes the initiation of the study before the StudyPlan is negotiated. However, in no instance, will a Task orderbe issued without a Work Statement and deliverables. When a Task “order is issued prior to negotiation, the initiator shall obtainthe signatory approval of a NASA Associate Administrator orequivalent rank.

(h) All work performed under this contract shall be accomplishedin accordance with Task orders issued by the Contracting Officerand will be based upon Government requirements as stated inSection B.

.

H.3 DELEGATION OF

(End of clause)

CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COTR)

The Contracting Officer may appoint an authorized COTR to act onhis/her behalf under this contract. This delegation will be inwriting with duties, responsibilities and restrictions specified.Copies of this delegation is provided as Attachment C to Section J,LIST OF ATTACHMENTS.

(End of clause)

H-2

I

Page 17: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION H

H.4 PROTECTION OF INFORMATION

(a) It is anticipated that in performance of this contract, thecontractor may:

(1) have access to or be furnished with information and datarelating to NASA’s plans, programs, technical requirements, andbudgetary matters, and such other information the disclosure ofwhich may give competitive advantage to recipients or would beadverse to the interest of the Government;

(2) have access to or be furnished with information and datawhich are proprietary, business confidential, financial, =otherwise sensitive and acquired from other private organizationsthe disclosure of which may give competitive advantage torecipients or would be adverse to the interest of the otherpartieS-

(3) prepare reports, information, and data relating to theinformation and data described in (1) and (2) above, thedisclosure of which may give competitive advantage to therecipient or would be adverse to the interest of the Governmentor other parties.

(b) Therefore, in the performance of this contract, the contractor “agrees to:

(1) appropriately identify information and data falling withinthe categories of (a) (l), (2), and (3) above and not disclosesuch information to anyone, other than those contractor personnelperforming directly under this contract, without the writtenconsent of the Contracting Officer, until such time as theGovernment may have authorized the release of such informationand data to the public; or without the written consent of theother organization that is the source of the data;

(2) apply this provision to any information and data identifiedby NASA as falling within the categories of (a) (1), (2), and/or(3) above; and

(3) abide by the conditions of restrictive use markings orlegends contained on any information and data falling within thecategories of (a) (1) , (2) , and/or (3) above.

(c) These restrictions do not limit the contractor’s right to use anddisclose any information and data obtained from another source withoutrestriction.

(End of clause)

H-3

Page 18: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I1

W-10-80645

,

i)

SECTION “H

I

i

H.5 SMALL BUSINESS SUBCONTRACTING GOAL

The contract resulting from this solicitation shall contain a goal of30% of the total contract value to be subcontracted to SmallBusinesses, and at least 15% of which(i.e. 15% of the total contractvalue) must be subcontracted to Small Disadvantaged Businesses; and atleast 5% of which (i.e. 5% of the total contract value) must besubcontracted to Women Owned Business.

(End of clause)

H.6 LIMITATION OF FUTURE CONTRACTING (NFS 18-52.209-71) (DEC 1988)

(a) The Contracting Officer has determined that this acquisition maygive rise to a potential organizational conflict of interest.Accordingly, the attention of prospective offerors is invited to FARSubparE 9.5- -Organizational Conflicts of Interest.

(b) The nature of this conflict is that the contractor may perfb-rmstudies and analyses which involve elements of systems engineering andtechnical direction, as defined at FAR 9.505-1. As a result ofperforming such studies and analyses, the contractor may be in aposition to 1) favor its own products or capabilities; 2) obtain anunfair competitive advantage for future competitive procurementsmanaged by NASA and/or the Jet Propulsion Laboratory(JPL) ; or 3)obtain proprietary information.

The restrictions upon future contracting are as follows:

(1) If the Contractor, -under the terms of this contract, orthrough the performance of tasks pursuant to this contract, is(a)required to develop specifications or statements of work thatare to be incorporated into a solicitation or (b)providesmaterials which lead directly, predictably and without delay tosuch a statement of work, the Contractor shall be ineligible toperform the work described in that solicitation as a prime orfirst-tier subcontractor under an ensuing NASA or JPL contract.This restriction shall remain in effect for a reasonable time, asagreed to by the Contracting Officer and the Contractor,sufficient to avoid unfair competitive advantage or potentialbias (this time shall in no case be less than the duration of theinitial production contract) . NASA shall not unilaterally requirethe Contractor to prepare such specifications or statements ofwork under this contract.

(2) To the extent that the work under this contract requiresaccess to proprietary, business confidential, or financial dataof these data remain proprietary or protect these data fromunauthorized use and disclosure agrees not to use them to competewith those other companies.

(End of Clause)-,.. -;7- p

* .. ,,$v-.

[END OF SEC+IONI.-..

.

H-4

Page 19: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION I

1.1

PART II - CONTRACT CLAUSES

SECTION I - CONTRACT CLAUSES

LISTING OF CLAUSES INCORPOIU4TED BY REFERENCE

NOTICE : The following solicitation provisions and/or contract clausespertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUSENUMBER DATE TITLE

52.202-152.203-352.204-4

52.203-552.203-6

.L

52.203-752.203-10

52.203-12

52.209-6

52.215-1

52.215-252.215-27

52.215-30

52.215-3352.215-39

52.216-752.216-18

SEP 1991APR 1984MAY 1995-.

APR 1984JUL 1995

JuL 1995SEP 1990

JAN 1990

JUL 1995

JUL 1995

JUL 1995SEP 1989

SEP 1987

JAN 1986JUL 1991

JUL 1991APR 1984

D~FINITIoNs

G=TUITIESPRINTING/COPYING, DOUBLE-SIDED ONRECYCLED PAPERCOVENANT AGAINST CONTINGENT FEESRESTRICTIONS ON SUBCONTIUICTORSALES TO THE GOVERNMENTANTI-KICKBACK PROCEDURESPRICE OR FEE ADJUSTMENT FORILLEGAL OR IMPROPER ACTIVITYLIMITATION ON PAYMENTS TO INFLUENCECERTAIN FEDERAL TEUINSACTIONSPROTECTING THE GOVERNMENT’SINTEREST WHEN SUBCONTIUICTINGWITH CONTlU4CTORS DEBARRED,SUSPENDED, OR PROPOSED FORDEBARMENTEXAMINATION OF RECORDSBY COMPTROLLER GENEWILAUDIT--NEGOTIATIONTERMINATION OF DEFINEDBENEFIT PENSION PLANSFACILITIES CAPITAL COST OFMONEYORDER OF PRECEDENCEREVERSION OR ADJUSTMENT OF PLANSFOR POSTRETIREMENT BENEFITSOTHER THAN PENSIONS (PRB)ALLOWABLE COST AND PAYMENTORDERING*****Insert “the effectivedate of this contract” and “sixty (60)months thereafter” respectively in thefill-ins in paragraph (a).*****paragraph (b)-*****

1-1

Page 20: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

ij

W-10-80645 SECTION I

52.216-19 “’APR 1984

52.216-22 APR’’1984

52.217-8 AUG 198952.219-8 “.: FEB 1990

52.219-9 ;.JAB;1991

52.219-13 . . AUG ’1986

52.219-16 AUG 1989

52.220-3 .: JuL ‘1995

52.220-4 ‘APR 1984

52.222-3 APR 198452.222-26 ““ APR. 198452.222-28 >APR “1984

52.222-35 APR1984

52.222-36’ “’ ..APR1984

52.222:37 JAN 1988

52.223-2 APR 198452.223-6 JUL 199052.225-11 MAY 1992

52.227-1 JuL 199552.227-2 APR 1984

52.227-1452.229-352.232-7

52.232-952.232-1752.232-2252.232-2352.232-25

JUN 1987APR 1984APR 19S4

APR 1984JAN 1991APR 1984JAN 1986SEP 1992

DELIVERY-ORDER LIMITATIONS*****Insert“N/A” in both fill-in in paragraph (a).Insert “N/A” in both fill-ins in

.,

Paragraph (b) .*****INDEFINITE QUANTITY*****Insert “Sixty

(60) months after effective dateof the contract” in the fill-in inparagraph (d) .*****OPTION TO EXTEND SERVICESUTILIZATION OF SMALL BUSINESSCONCERNS AND SMALLDISADVANTAGED BUSINESS CONCERNSSMALL BUSINESS AND SMALL DISADVANTAGEDBUSINESS SUBCONT~CTING PLANUTILIZATION OF WOMEN-OWNED SMALL BUSINESSESLIQUIDATED DAMAGES--SMALL BUSINESSSUBCONTWCTING PLANUTILIZATION OF LABORSURPLUS AREA CONCERNSLABOR SURPLUS AREASUBCONTWCTING PROG~CONVICT LABOREQUXL OPPORTUNITYEQUAL OPPORTUNITY PREAWARDCLEARANCE OF SUBCONTUCTSAFFIRMATIVE ACTION FOR SPECIALDISABLED AND VIETNAM Em VETEWSAFFIRMATIVE ACTION FOR HANDICAPPEDWORKERSEMPLOYMENT REPORTS ON SPECIALDISABLED VETERANS AND VETERANSOF THE VIETNAM ERACLEAN AIR AND WATERDRUG-FREE WORKPLACERESTRICTIONS ON dERTAINFOREIGN PURCHASESAUTHORIZATION AND CONSENTNOTICE AND ASSISTANCEREGARDING PATENT ANDCOPYRIGHT INFRINGEMENTRIGHTS IN DATA-GENERALFEDERAL, STATE, AND LOCAL TAXESPAYMENTS UNDER TIME-AND-MATERIALSAND LABOR-HOUR CONTRACTSLIMITATION ON WITHHOLDING OF PAYMENTSINTERESTLIMITATION OF FUNDSASSIGNMENT OF CLAIMSPROMPT PAYMENT*****Insert “30th day”in the fill-in in paragraph(b) (2).*****

I-2

Page 21: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

Ii’W-10-80645

52.232-28 APR 1989

52.233-1 DEC 199152.233-3 AUG 198952.242-1 APR 198452.242-13 JuL 1995

. 52.243-3 AUG 1987

52.244-3 APR 1985

52.245-5 APR 1984

52.246-25 JUL 1995

52.249-6 MAY 1986

52.249-14 APR 198452.253-1 JAN 1991

II. NASA FAR SUPPLEMENT (48

18-52.219-74 SEP 199018-52.219-75 SEP 1992

18-52.219-76 JUL 1991

SECTION I

ELECTRONIC FUNDS TWANSFERPAYMENT METHODS- -AS modified by18-32.908(a) NASA FAR SuP@ement(Dee 1991)*****DeleEe the text inparagraph (b) (4) and replace with thefollowing: The contractor shallsubmit a TFS 2881 to the installationawarding this contract. If a TFS 3881

previously submitted to theinstallation awarding this contract isstill valid, resubmittal is notnecessary, unless requested byNAsA.n*****

DISPUTESPROTEST AFTER AWARDNOTICE OF INTENT DISALLOWBANKRUPTCY

-cHANGES--TIME-AND-MATERIALS ORLABOR-HOURSSUBCONTFUACTS (TIME-AND-MATERIALS AND LABOR-HOUR CONT~CTS)GOVERNMENT PROPERTY (COST-REIMBURSEMENT, TIME-AND-MATERIAL, ORLABOR-HOUR CONTRACTS)LIMITATION OF LIABILITY--SERVICESTERMINATION (COST-REIMBURSEMENT(ALTERNATE IV)EXCUSABLE DELAYSCOMPUTER GENEMTED FORMS

CFR CHAPTER 18) CLAUSES

-.

USE OF RUWLL AREA SMALL BUSINESSESSMALL BUSINESS AilD SMALL DISADVANTAGEDBUSINESS SUBCONTRACTING REPORTINGNASA SMALL DISADVANTAGED BUSINESSSUBCON’IWICTING GOAL

(End of clause)

1.2 CLAUSES INCORPOIUJTED BY REFERENCE (FAR 52.252-2) (JUN 1988)

This contract incorporates one or more clauses by reference, with thesame force and effect as if they were given in full text. Upon

request, the Contracting Officer will make their full text available.

(End of clause)

I-3

Page 22: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

1.3 REQUIREMENT FOR CERTIFICATE OF(FAR 52.203-9) (SEP 1995)

PROCUREMENT

SECTION

INTEGRITY- -MODIFICATION

I

(a) Definitions . The definitions set forth in FAR 3-104-4 are herebv“incorporated in this clause.

.

(b) The Contractor agrees that it will execute the certification setforth in paragraph (c) of this clause, when requested by thecontracting officer in connection with the execution of anymodification of this contract.

(c) Certification. As required in paragraph (b) of this clause, theofficer or employee responsible for the modification proposal shallexecute the following certification. The certification in paragraph(c) (2) of this clause is not required for a modification whichprocures commercial items.

CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990)

(1) 1, [Name of certifier] am the officer or employee,L responsible for the preparation of this modification

proposal and hereby certify that, to the best of myknowledge and belief, with the exception of any informationdescribed in this certification, I have no informationconcerning a violation or possible violation of subsection27(a), (b), (d), or (f) of the Office of Federal ProcurementPolicy Act, as amended* (41 U.S.C- 423) , (hereinafterreferred to as “the Act”) , as implemented in the FAR,occurring during the conduct of this procurement (contractand modification number) .

(2) As required by subsection 27(e) (1) (B) of the Act, Ifurther certify that to the best of my knowledge and belief,each officer, employee, agent, representative, andconsultant of [Name of offeror] who has par~icipatedpersonally and substantially in the preparation orsubmission of this proposal has certified that he or she isfamiliar with, and will comply with, the requirements ofsubsection 27(a) of the Act, as implemented in the FAR, andwill report immediately to me any information concerning aviolation or possible violation of subsections 27(a) , (b) ,(d) , or (f) of the Act, as implemented in the FAR,pertaining to this procurement.

(3) Violations or possible violations: (Continue on plainbond paper if necessary and label Certificate of ProcurementIntegrity- -Modification (Continuation Sheet), ENTER “NONE”IF NONE EXISTS)

I-4

Page 23: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

W-10-80645 SECTION I

[Signature of the officer or employee responsible for themodification proposal and date]

[Typed name of the officer or employee responsible for themodification proposal]

* Subsections 27(a), (b), and (d) are effective on December1, 1990. Subsection 27(f) is effective on June 1, 1991.

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTIONOF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE,FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKERSUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE,SECTION 1001.

(End of certifi.cati.ozl)

(d) In making the certification in paragraph (2) of the certificate,the officer or employee of the competing Contractor responsible forthe offer or bid, may rely upon a one-time certification from eachindividual required to submit a certification to the competingContractor, supplemented by periodic training. These certifications .

shall be obtained at the earliest possible date after an individual ‘.required to certify begins employment or association with thecontractor. If a contractor decides to rely on a certificationexecuted prior to the suspension of section 27 (i.e., prior toDecember 1, 1989) , the Contractor shall ensure that an individual whohas so certified i.s notified that section 27 has been reinstated.These certifications shall be maintained by the Contractor for aperiod of 6 years from the date a certifying employee’s employmentwith the company ends or, for an agency, =presentative, orconsultant, 6 years from the date such individual ceases to act onbehalf of the contractor. .

(e) The certification required by paragraph (c) of this clause is amaterial representation of fact upon which reliance will be placed inexecuting this modification.

(End of clause)

[END OF SECTION] -

I-5

Page 24: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

ATTACHMENT A

LABOR CATEGORIES

STUDY MANAGER

AND QUALIFYING EDUCATION/EXPERIENCE

Minimum Education - Must have a Bachelor’s degree in a science, engineering,technical, managementor related field.

Minimum Experience - Must have at least 5 years experience in success~ly

coordinating and managing complex technical, scientific, and/or engineeringprojects.

SENIOR ENGINEER-.

Minimum Education - Must have a Bachelor’s degree in an engineering,mathematics, or science discipline as a minimum.

Minimum Experience - Ten years experience in aerospace engineering, at least five

years experience in the management andor development of space flight hardware

ENGINEER

technical direction involved in the design ..

programs.

Minimum Education-Must have a Bachelor’sdegreeinan engineering,

mathematics,orsciencediscipline.

Minimum Experience-fiveyearsexperienceinaerospaceengineering..

SEN1OR SCIENTIST

Minimum Education-Must have a Ph.D.inone ofthephysicalscienceswith

recordofpublicationina scientificjournalcommensurate withexperiencebeyond

the Ph.D. level.

Minimum Experience - Mustapplied research in planetary

SCIENTIST

have at least ten years work experience in basic orsciences , astrophysics, or space physics.

Minimum Education - h4ust have an advanced degree in one of the physical

sciences.

Page 25: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

/j

ATTACHMENT A

Minimum Experience - Must have at least five years work experience in basic or

applied research.

MATHEMATICIAN/STATISTICIANMust have a Master’s degree with at least four years experience in probability

assessment and/or statistical analysis.

TECHNICAL WRITEIVEDITORMust have a college degree and at least ISVOyears experienceeditinghvritinghypingtechnical documents and reports.

SECRETARIAL/CLERICALMust have a high school diploma or GED from an accredited institution.Must haveat least two years experience &ping/preparing contractualand business related

. documents.

Page 26: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I .ATTACHMENT C,

r 5

; NASA,j

Contracting officer Technical Representative (COT’R) DelegationW(M Au-k* d

I Soac. MwdnktrmlonI

L

TO: FROM:

~ CONTRACTOR CONTRACT NO.

1. Pursuant to the Federal Acquisiti& Regulation (FAR) and NASA FAR Supplement, YOU are hereby

appointed the Contracting Officer Technical Representative (COTR) for the contract identified above. TheCOTR*S function is to sewe as technical liaison between the Contractor and the Contracting Officer. TheCOTR is responsible for monitoring the Contractor’s performance and delivery of the final product and/orservices under the contract. Specific duties and responsibilities are listed in paragraph 3 below.

2. The duties delegated in this letter are not redelegabie. The COTR is cautioned that he or she may beI personally liable for actions taken or direction given beyond the authorities delegated in this letter.

3. The following authority and responsibilities, when checked below, are hereby delegated to theindividual appointed by paragraph 1 above: -.

, ❑ (a) Monitor contract performance and immediately report all problems related to it to theContracting Officer. Keep the Contracting Officer informed, both orally and in writing, of the status of the

i contract and performance of its requirements. No periodic reports, as such, are required, but care should

~ be taken to promptly report any potential disagreement or controversy that may arise.

•1 (b) Establish, and provide to the Contracting Officer, a surveillance plan that will ensure receipt ofthe quantity and kinds of supplies or services required by the contract.

❑ (c) Perform on-site surveillance in accordance with the surveillance plan (see paragraph 3(b)above). Document surveillance activities and provide a copy of documentation to the Contracting Oficer

(see paragraph 3(a) above). Assure technical proficiency and compliance with the technical provisions ofthe contract by review and verification of the performance of work accomplished by the Contractor.

Coordinate with Defense Contract Administration Services (DCAS) when a partial contract administration

delegation has been made to that agency to ensure that there is no duplication of administration effons.

❑ (d) Ensure that the Contractor complies with the defined Statement of Work or specificationsincluded in the contract. Assist the Contractor and the Contracting Officer in interpreting technical

requirements of the contract scope of work or specifications. Differences of opinion shall be referred to the

Contracting Officer for resolution.

Gil(e) Assure that the Contractor uses the levels of personnel contracted for and necessav forperformance of contractual requirements and that the level of personnel contracted for is not diluted by the

excessive use of lower caliber personnel.

~ (f) Review and evaluate the Contractor’s progress in relation to expenditures and advise the

Contracting Officer of any disparity indicating excessive or deficient funding.—

~ (g) Review Contractor invoices and recommend approval/disapproval for payment as appropriate.

Such review shall be completed in a manner so as to allow timely payment under the Prompt Payment Act

and avoidance of payment of interest penalties.—

~ (h] Recommend in writing to the contracting Officer any changes desired in SCOp~ and/or

technical provisions of the contract with justification for the proposed action. If the Contractor proposes achange, obtain the Contractor’s written statement to that effect and forward it to the Contracting Officer

together with your analysis and recommendation. YOU ARE NOT DELEGATED TO AUTHORIZE ANYCHANGES IN THE statement Of= WORK OR SfJECIFICATlON’5 OR C)(JTIES.OF THE PARTIES AS STATED

IFJ THE CONTRACT.

NASA FORM 1634 FEE 3:3

Page 27: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

lid(i) Ensure that proper a Ction has bgen taken to formally modify the contract before the Contractorproceeds with any changes in the work Or services to be performed.

~ (j) As requested, prepare and forward to theincrease or decrease in the work and/or services to befor proposed increases.

Contracting Officer cost estimates for any proposedperformed. Obtain certified funds when necessary

I ❑ (k) Perform inspections of completed work and/or services and certify or have certified (byauthorized Government officials) acceptance or nonacceptance of work.

IXl (1) After completion of work, notify the Contracting Officer when the contractor has met all terms of

the contract and make any appropriate recommendations.

I

m (m) Other duties as follows:

Prepare or approve thethe Clause “Task Order

Assist

Obtainwhen a-.

the Contracting

Work StatementProcedures”.

for each Task Order in accordancewith

Officerin negotiatingthe Task Order.

signatory approvalof a NASA“AssociateAdministratoror equivalentranlTask Order is-issued prior to negotiation.

4. In order to record your actions as COTR, you should set up and maintain a file of letters you maysend to and receive from the Contractor and Contracting Officer and memoranda for record of any suchnonwritten actions and/or decisions. This file is considered a segment of the official contract file and

should be forwarded to the Contracting Officer at the conclusion of this contracl-

5. This delegation as COTR does not in any way alter or supersede your qxisting relationship with yoursupervisor.

6. Thisappointment is effective upon receipt by you and shall remain in effect until closeout and finalpayment of the assigned contract or until terminated in writing by me or other appropriate ContractingOfficer.

TYPED NAME OF CONTRACTING OFFICER SIGNATURE OF CONTRACTING OFFICER DATE

THE ABOVE DELEGATION IS HEREBY ACCEPTED

TYPED NAME OF COTR SIGNATURE OF COTR DATE.-

SPECIAL INSTRUCTIONS

The COTR is requested to sign and return the original of this document to theContracting Officer and retain one copy for his or her file; the Contractor isrequested to retain this letter in its official file.

-.

Page 28: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

*ATTACHMENT E

ij

NASA SPACE SCIENCE STUDIES

THIS INFORMATION IS PROVIDED To G~ OFFERORS ExAMPLES OF THETYPES OF STUDIES WHICH ~GHT BE G~~~ uNDER THIS REQUIREMENT.A COPY OF EACH ITEM IS AVAILABLE FOR VI~NG AT THE LOCATION ANDTIMES SPECIFIED IN SECTION L OF THIS SOLICITATIC)N.

1)

2)

.3)

4)

5)~

6)

7)

8)

9)

TITLE

MISSION AND SYSTEM CONCEPT DEVELOPMENT FOR THE MINI-METEOROLOGICAL NETWORK TO MISSION TO MARS

SEP MULTI-MISSION UTILIZATION STUDY

AN ASSESSMENT OF IN SITU PROPELLANT PRODUCTION FOR LOW COSTMARS SAMPLE RETURN

“FIRE AND ICE” - A PERFORMANCE AND COST ASSESSMENT OFCOMBINING THE SMALL SOLAR PROBE AND PLUTO FLYBY-MISSIONS

ADVANCED BATI’ERIES FORMISSIONS

ROBOTIC SYSTEMS TO AIDSCIENCE MISSIONS

FUTURE-OFFICE OF SPACE SCIENCE -.

EVA FOR FUTURE OFFICE OF SPACE

ASEPS CONCEPTS TRADE STUDY

TECHNICAL 2V3SESSMENT OF US/IJAPANESE COLLABOW4TIVEEXPLORATION OPPORTUNITIES

ADVANCED MISSION DEFINITIONS STUDY

Page 29: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

... . . . . .. . . . . .... .=. ,._........._....._. .. _. .. . ____. _._.... . ...... .... ._ . __..=... ..... .. . .. . . . . .... . . . . . . . ..

T.OBE OPENED BY ADDRESSEE ONLY

THIS IS A

‘\

“1

I

.,

PROPOSAL/SEAL13D BID IN RESPONSE TO,:I “4

:

w-10-80645,1

DATE AND’1TM3 DUE: September 05, 1995, by 4: OOpm

DELIVERY OF THIS PROPOSAL/SEALED BID IS TO BE MADE .—-.. ,

TO: NASA HEADQUARTERS300 E STREET, SWWASHINGTON, DC 20546

ATI’N: Donna BlandingCODE HWCROOM: 4C35

PHONE: (202)358-0480

NOTE: If solicitation/sealed bidishandcarriedandc theContractSpecialistisunavailable,

call:Ms, MichelleGlassCodeHWRoom 4B20

.

Phone: 358-1852 $;?

TO BE OPENED BY ADDRESSEE ONLY

Page 30: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

Iii

Attachment G

Sample Study #1

Homestead Mission Feasibility Study

I The Homestead mission objective is to obtain stereo images of the Sun, in particular

( Coronal Mass Ejections (CMES), in order to provide proof of concept for earlywarning of CMES and their effect on Earth. The Homestead mission is a four year

,[ mission designed to place two small-spacecraft (each 100Kg) in specific orbits1I around the Sun to observe CME events.

(

The Contractor shall conduct a feasibility study of the Homestead mi&ion includingtrade-off studies of instrumentation, spacecraft systems, satellite orbits, propulsion

\ systemsflaunch vehicle (launch vehicle type vs. onboard propulsion system type\ [solar electric,solar sailing, ion or conventional chemical]), spacecraft autonomy; ‘- -

mission operations, and launch window. The contractor will do sufficientLI engineering analysis of the alternate approaches identified by the contractor along

..

i

~- with projected development cost for each of the alternatives. The contractor shall

[ develop the strengths and weaknesses of each alternative form which NASA can

[select the mission alternative to proceed into Definition Study.

The period of performance for this study is 120 days.k

r

I The contractor shall provide the following deliverables:~

.

1 Interim report on alternatives 40 days1, Interim report on cost and technology drivers 80 days

Final Report 120 daysf

Page 31: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

#

1)Attachment G

1 Sample Study #2

Assessment of Sensors and Optics Systems for Future Astrophysics ScienceMissions

The contractor shall conduct an independent assessment of advanced technology

sensors and optics systems which can satisfy the programmatic needs of futureAstrophysics Division missions. This assessment will include mission programmatic

sensors and optics system requirements and proposed schedules encompassing thenext 20 years. The contractor shall prepare a document delineating performancecapabilities of existing, currently planned, and projected (advanced technology)sensors and optics systems. The contractor shall review each applicable missionindependently to compare the programs needs to the capabilities of the identifiedsensors and optics syste,ms. The contractor shall develop a profile of Astrophysicsmission needs, satisfying the requirements for currently identified Astrophysicsmissions concepts funded as part of the New Missions Concepts for AstrophysicsProgram. The contractor shall then compare needs to the performance projections

of the advanced technology sensors and optics systems (evaluating such factors as

the state of readiness, performance characteristics, cost factors, powerrequirements, etc. ) The contractor shall develop a set of options, including the

strengths and weaknesses of each, from which the Division can determine its future

courses of action regarding advanced sensors and optics systems and their

application to Astrophysics missions.

The period of performance for this study is 160 days.,.

The contractor shall provide the following deliverables:

Interim report on program needs 60 days .Interim repoti assessing technology readiness 120 daysFinal Report 160 days

Page 32: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

ATTACHMENT G

Sample Study #3

I

f Definition of Low-Cost Mission Concepts for the Outer Planets

[ The contractor shall conduct an independent assessment of low cost mission designoptions that might allow renewed exploration of the far outer planets early in the!next century. This assessment will include mission programmatic spacecraft andIinstruments requirements and proposed schedules for the next 25 years. The studyshould determine the potential science requirements, feasible mission options and,.performance expectations, mission and data collection operational constraints, “applicability of concepts previously addressed other NASA studies, and estimates of —-

[ development and life cycle costs for these missions. The contractor shall develop aI

!2set of options, including strengths and weaknesses of each, from which the Division -can determine a program for outer solar system exploration.

1I The period of performance for this study is 130 days.

r The contractor shall provide the following deliverables:

~ Interim report on mission and science objectives 60 days!

~Interim report assessing option sets 120 daysFinal Report 130 days

I

.

Page 33: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

Attachment G

Sample Study # 4

Mission-”X” Environmental Impact Statement

The Solar System Exploration Division launches spacecraft into orbit that carry toxic

propellants and at times, radioactive sources for thermal control and/or power indeep space. These materials are an environmental and health hazard when notproperly contained. Analysis is required of each material, alone and in combinationwith the other materials on board the spacecraft, at every stage of the m“ssion;before launch, during launch, after launch, in orbit, or on an Earth gravity assistswing-by; to determine the riskto the public and the environment in the event ofany possible mechanical, electrical, or personnel failure. These analyses need toprove the safety of the mission design and safety procedures before permission tolaunch can be granted. -—

The contractor will use their expertise to perform analyses of Mission “X”

environmental compliance to provide input to appropriate NASA actions in response

to National Environmental Policy Act (NEPA) requirements and the launch approval

process. These analyses will result in the development of the final Mission-”X”Environmental !rnpact Statement (EIS), and provide input into any additional studies

required following the Mission-’’X” Record of Decision.

The period of performance for this study is 240 days.

The contractor shall provide the following deliverables:

Draft EIS, in preparation for public and Agency comments 120 daysRevised EIS, a reflection of public and Agency comments 160 daysConcurrence version of the Final EIS document. a reflection 205 days

of comments and analysis of the revised EISFinal EIS 240 days

Page 34: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

EXHIBITS A&B FOR PRICEIBUSINESS

ATTACHMENT u

PROPOSAL .

,

Page 35: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

-- =.-—-......—.-... ... .. .

SPACE SCIENCE STUDIES

1 2 3 4 5BURDENED BURDENED BURDENED BURDENED BURDENED

DIRECT LABOR LABOR LABOR IABOR LABOR LABORCATEGORY RATE WTE WTE RATE RATE

Study Manager $ * $ $ $Senior Scientist

Scientist

Senior EngineerEngineerMathematicianEditor e $ $ $ $Secretarial $ $ $ $ $

Material I

Handling Cost % % % %’

G.,

SAMPLE FIVE YEAR PRICING SCHEDULE.

.. ‘:

Page 36: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

IEXHIBIT B

,~

TOTAL COMPENSATION PLAN FOR PROFESSION= JZMPLO=ES

The information requested below will assist the G?v.e~ent in

determining the adequacy of proposed total compensation-’-” P~easeaddress these elements only as they pertain to exempt/ pr:fesslynal

employees- Any differences between the elements in th~s efi~b+t

and price proposal exhibits B through F should be rec~nc~led ~n

detail in your price proposal written explanation.S~gn~ficant

fringe benefits not identified below should be added and described.

Frinqe Benefit Packa~e

(Possible Elements)

Paid Time Off (maxim- days/year) :HolidaysVacation

Eligibility RequirementsGraduating ScaleBalance Paid at Tednation?Accrues Indefinitely?

Sick Leave (ReWlar)Eligibility RequirementsBalance Paid at Termination?Accrues Indefinitely?

Sick Leave (Short-Term Disability)

Company Employee*Contribution Contribution

# days# daysDescribeDescribeYes/NoYes/No# daysDescribeYes/NoYes/No# days

.

Sick

Eligibility Requirements Describe ..

Rate of Pay. 0<

Duration of Pay Describe

Leave (Long-TerM Di.sabi-lity) # days

Eligibility Requirements Describe

Rat= of PayDuration of Pay

BereavementMaternity LeaveJury DutyMilitary Duty

ReseHist PolicyRe-activation Policy

Uncompensated OvertimeRequiredRequired

-<

DescribeDescribe# daysH days# days “DescribeDescribe

— . .emplo~ent condition? Descrl~e

to offset any absences Describe

...-,..’. .

Page 37: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

*

i)W-10-8064!j SECTION K

PART IV - REPRESENTATIONS AND ~sTRUCTIONS

SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF

OFFERORS OR QUOTERS

K.1 CONTINGENT FEE REPRESEBITATION AND AGREEMENT (FAR 52.203-4) (APR 1984)

1

(a) Representation. The offeror represents that, except for full-timebona fide employees working solely for the offeror, the offeror--

[Note: The offeror must check the appropriate boxes. Forinterpretation of the representation, including the term“bona fide employee, ” see Subpart 3.4 of the FederalAcqui-siti.on Regulation.]

(1) [ 1 has, [ ] has not employed or retained any person orcompany to solici,t or obtain this contract; and—.-

(2) [ 1 has, [ 1 has not paid or agreed to pay to any person orcompany employed or retained to solicit or obtain this contract

.> any Conunission, percentage, brokerage, or other fee contingentupon or resulting from the award of this contract.

(b) Agreement. The offeror agrees to provide information relating to :.the above Representation as requested by the Contracting Officer and, .,when subparagraph (a) (1) or (a) (2) is answered affirmatively, topromptly submit to the Contracting Officer--

(1) A completed Standard Form 119, Statement of Contingent orOther Fees, (SF 119); or

(2) A signed statement indicating that the SF 119 was previouslysubmitted to the same contracting office, including the date andapplicable solicitation or contract number, and representing thatthe prior SF 119 applies to this offer or ~otation.

(End of provision)

K.2 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT(SEP 1995) ALTERNATE I (SEP 1990)

INTEGRITY (FAR 52.203-8)

(a) Definitions. The definitions at FAR 3.104-4 are herebyincorporated in this provision.

(b) Certifications. As required in paragraph e of this provision,the officer or employee responsible for this offer shall execute thefollowing certification. The certification in paragraph (b) (2) ofthis provision is not required for a procurement of commercial items.

1

K-1

Page 38: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

,

i)

SECTION K

CERTIFICATE OF PROCUREMENT INTEGRITY

(1) I, [Name of certifier], am the officer or employeeresponsible for the preparation of this offer or bid andhereby certify that, to the best of my knowledge and belief,with the exception of any information described in thiscertificate, I have no information concerning a violation orpossible violation of subsection 27(a), (b), (d), or (f) ofthe Office of Federal Procurement Policy Act, as amended*(41 U.S.C. 423), (hereinafter referred to as “the Act”), asimplemented i.n the FAR, occurring during the conduct of thisprocurement (solicitation number).

(2) As required by subsection 27(e)(l)(B) of the Act, Ifurther certify that to the best of my knowledge and belief,each officer, employee, agent, representative, andconsultant of [Name of offeror] who has participatedpersonally and substantially in the preparation orsubmission of this offer has certified that he or she isfamiliar with, and will comply with, the requirements ofsubsection 27(a) of the Act, as implemented i.n the FAR, andwill report immediately to me any information concerning aviolation or possible violation of subsections 27(a) , (b) ,(d), or (f) of the Act, as implemented in the FAR,pertaining to this procurement.

(3) Violations or possible violations: (Continue on plainbond paper if necessary and label Certificate of ProcurementIntegrity (Continuation Sheet), ENTER NONE IF NONE EXIST)

(4) I agree that, if awarded a contract under thissolicitation, the certifications required by subsection27(e) (1) (B) of the Act shall be maintained i.n accordancewith paragraph (f) of this provision.

[Signature of the officer or employee responsible for theoffer and date]

[wed name of the officer or employee responsible for theoffer]

* Subsections 27(a), (b), and (d) are effective on December1, 1990. Subsection 27(f) is effective on June 1, 1991.

K-2

Page 39: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

ii

W-10-80645”SECTION K

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF ANAGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, ORFRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TOUNDER TITLE 18, UNITED STATES CODE, SECTION 1001.

(End of certification)

(c) For procurements, including contract modifications,$100,000 made using procedures other than sealed bidding, the signedcertifications shall be submitted by the successful Offeror to theContracting Officer within the time period specified by theContracting Officer when requesting the certificates except asprovided in subparagraphs (c) (1) through (c) (5) of this clause. In noevent shall the certificate be submitted subsequent to award of acontract or execution of a contract modification:

PROSECUTION

in excess of

(1) For letter contracts, other unpriced contracts, or unpricedcontract modifications, whether or not the unpriced e-ontract ormodification contains a maximum or not to exceed price, thesigned certifications shall be submitted prior to the award Ofthe letter contract, unpriced contract, or unpriced contractmodification, and prior to the definitization of the lettercontract or the establishment of the price of the unpricedcontract or unpriced contract modification. The secondcertification shall apply only to the period between award of theletter contract and execution of the document definitizing theletter contract, or award of the unpriced contract or unpricedcontract modification and execution of the document establishingthe definitive price of such unpriced contract or unpricedcontract modification.

(2) For basic ordering agreements, prior to the execution of apriced order; prior to the execution of an unpriced order,whether or not the unpriced order contains a maximum or not toexceed price; and, prior to establishing the price of an unpricedorder. The second certificate to be submitted for unpricedorders shall apply only to the period between award of theunpriced order and execution of the document establishing thedefinitive price for such order.

(3) A certificate is not required for indefinite deliverycontracts (see Subpart 16.5) unless the total estimated value ofall orders eventually to be placed under the contract is expectedto exceed $100,000.

(4) For contracts and contract modifications which includeoptions, a certificate is required when the aggregate value ofthe contract or contract modification and all options (see3.104-4(e)) exceeds $100,000.

(5) For purposes of contracts entered into under section 8(a) ofthe SBA, the business entity with whom the SBA contracts, and notthe SBA, shall be required to comply with the certification

K-3

..

Page 40: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645SECTION K

requirements of subsection 27(e) . The SBA shall obtain thesigned certificate from the business entity and forward thecertificate to the Contracting Officer prior to the award of acontract to the SBA.

(6) Failure of an Offeror to submit the signed certificatewithin the time prescribed by the Contracting Officer shall causethe offer to be rejected.

(d) Pursuant to FAR 3.104-9(d), the Offeror may be requested toexecute additional certifications at the request of the Government.Failure of an Offeror to submit the additional certifications shallcause its offer to be rejected.

(e) A certi.fi.cation containing a disclosure of a violation orpossible violation will not necessarily result in the withholding ofaward under this solicitation. However, the Goverrunent, afterevaluation of t-hedisclosure, may cancel this procurement or take anyother appropriate actions in the interest of the Government, such asdisqualification of the Offeror.

‘(f) In making the certification in paragraph (2) of the certificate,the officer or employee of the competing contractor responsible forthe offer may rely upon a one-time certification from each individual ..required to submit a certification to the competing contractor,supplemented by periodic training. These certifications shall be

.,

obtained at the earliest possible date after an individual required tocertify begins employment or association with the contractor. If acontractor decides to rely on a certification executed prior to thesuspension of section 27 (i.e., prior to December 1, 1989) , theContractor shall ensure that an individual who has so certified isnotified that section 27 has been reinstated. These certificationsshall be maintained by the Contractor for 6 years from the date acertifying employee’s employment with the company ends or, for anagent, representative, or consultant, 6 years from the date suchindividual ceases to act on behalf of the Contradtcr.

(g) The certifications in paragraph (b) and (d) of this provision area material representation of fact upon which reliance will be placedin awarding a contract.

(End of provision)

K.3 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAINFEDEWLL TNSACTIONS (FAR 52.203-11) (APR 1991)

(a) The definitions and prohibitions contained in the clause, at FAR52.203-12, Limitation on Payments to Influence Certain FederalTransactions, included in this solicitation, are hereby incorporatedby reference in paragraph (b) of this certification.

(b) The offeror, by signing its offer, hereby certifies to the bestOf his or her knowledge and belief that on or after December 23,

K-4

Page 41: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

W-10-80645

,

ii

SECTION K

1989,--

(1) No Federal appropriated funds have been paid Or will” be paidto any person for influencing or attempting to influence anofficer or employee of any agency, a Member of Congress, anofficer or employee of Congress, or an employee Of a Member ofCongress on his or her behalf in connection with the awarding ofany Federal contract, the making of any Federal grant, the makingof any Federal loan, the entering into of any cooperativeagreement, and the extension, continuation, renewal, amendment ormodification of any Federal contract, grant, loan, or cooperativeagreement;

(2) If any funds other than Federal appropriated funds(including-profit or fee received unde~-a ~overed Federaltransaction) have been paid, or will be paid, to any person forinfluencing or attempting to influence an officer or employee ofany agency, a Member of Congress, an offic~r or employee of _.Congress, or an employee of a Member of Congress on his or herbehalf in connection with this solicitation, the offeror shallcomplete and submit, with its offer, OMB standard form LLL,

.> Disclosure of Lobbying Activities, to the Contracting Officer;and

(3) He or she will include the language of this certification in:”all subcontract awards at any tier and require that all

.,

recipients of subcontract awards in excess of $100,000 shallcertify and disclose accordingly.

(c) Submission of this certification and disclosure is a prerequisitefor making or entering into this contract imposed by section 1352,title 31, United States Code. liny person who makes an expenditureprohibited under this provision or who fails to file or amend thedisclosure form to be filed or amended by this provision, shall besubject to a civil penalty of not less than $10,000, and not more than$100,000, for each such failure. .

K.4 CONTIWCTS BETWEEN NASA(DEC 1988)

The offeror represents

(End of provision)

AND FORMER NASA EMPLOYEES (NASA 18-52.203-70)

that he or she ( ) is, or ( ) is not, anindividual who was employed by NASA during the past two years, or afirm in which such an individual is a partner, principal officer, ormajority shareholder or that is otherwise controlled or predominantlystaffed by such individuals.

(End of provision)

K-5

Page 42: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

K.5 TAXPAYER IDENTIFICATION (FAR 52.204-3) (SEP 1992)

SECTION K

(a) Definitions.

‘Common parent, “ as used in this solicitation provision, means thatcorporate entity that owns or controls an affiliated group ofcorporations that files its Federal income tax returns on aconsolidated basis, and of which the offeror is a member.

‘Corporate status, “ as used in this solicitation provision, means adesignation as to whether the offeror is a corporate entity, anunincorporated entity (e.g., sole proprietorship or partnership) , or acorporation providing medical and health care services.

‘Taxpayer Identification Number (TIN),n as used in this solicitationprovision, means the number required by the IRS to be used by theofferor in reporting income tax and other returns.

(b) All offerors are re&ired to submit the information re~ired inparagraphs (c) through (e) of this solicitation provision in order tocomply with reporting requirements of 26 U.S.C. 6041, 6041A, and 6050Mand implementing regulations issued by the Internal Revenue Service(IRS) . If the resulting contract is subject to the reportingrequirements described in FAR 4.903, the failure or refusal by theofferor to furnish the information may result in a 20 percentreduction of payments otherwise due under the contract.

(C) Taxpayer Identification ,Number (TIN)...

( ) TIN: .

..( ) TIN has been applied for.

( ) TIN is not required.because:

( ) Offeror is a nonresident alien, foreign corporation, orforeign partnership that does not have income effectivelyconnected with the conduct of a trade or business in the U.S. anddoes not have an office or place of business or a fiscal payingagent in the U.S.;

( ) Offeror is an agency or instrumentality of a foreigngovernment;

( ) Offeror is an agency or instrumentality of a Federal, state,or local government;

( ) Other. State basis.

(d) Corporate Status.

( ) Corporation providing medical and health care services, orengaged in the billing and collecting of payments for such

K-6

Page 43: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

IjW-10-80645

services;

( ) Other

ONota

SECTION K

corporate entity;

corporate entity;

( ) Sole proprietorship

( ) Partnership

( ) Hospital or extended care facility501(c) (3) that is -exempt from taxation

(e) Common Parent.

( ) Offeror is not owned or controlled by adefined in paragraph (a) of this clause.

( ) Name and TIN of common parent:

Name

TIN

described in 26 CFRunder 26 CFR 501(a) .

conunon parent as

(End of provision)..

K.6 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, ANDOTHER RESPONSIBILITY MATTERS (FAR 52.209-5) (MAY 1989)

(a) (l~el~~~ Offeror certifies, to the best of its knowledge and, that--

(1) The Offeror and/or any of its Principals-(-

A) Are ( ) are not ( ) presently debarred, suspended,proposed for debarment, or declared ineligible for theaward of contracts by any Federal agency;

(B) Have ( ) have not ( ), within a three-year periodpreceding this offer, been convicted of or had a civiljudgment rendered against them for: commission offraud or a criminal offense in connection withobtaining, attempting to obtain,(Federal, state,

or performing a publicor local) contract or subcontract;

violation of Federal or state antitrust statutesrelating to the submission of offers; or commission ofembezzlement, theft, forgery, bribery, falsification ordestruction of records, making false statements, orreceiving stolen property; and

(c) Are ( ) are not ( ) presently indicted for, orotherwise criminally or civilly charged by agovernmental entity with, commission of any of the

K-7

Page 44: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

❉❊

W-10-80645 SECTION K

offenses enumerated in subdivision (a) (1) (I) (B) of thisprovision.

(ii) The Offeror has ( ) has not ( ), within a three-yearperiod preceding this offer, had one or more contractsterminated for default by any Federal agency.

(2) “Principals, “ for the purposes of this certification, meansofficers; directors; owners; partners; and, persons havingprimary management or supemisory responsibilities within abusiness entity (e.g., general manager; plant manager; head of asubsidiary, division, or business segment, and similarpositions) .

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTIONOF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE,FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKERSUBJECT TO PROSECUTION UNDER--SECTION 1001, TITLE 18, UNITEDSTATES CODE.

(b) The Offeror :shall provide immediate written notice to the‘Contracting Officer if, at any time prior to contract award, theOfferor learns that its certification was erroneous when submitted orhas become erroneous by reason of changed circumstances.

(c) A certification that any of the items in paragraph (a) of this “provision exists .will not necessarily result in withholding of anaward under this solicitation. However, the certification will beconsidered in connection with a determination of the Offeror’sresponsibility. Failure of the Offeror to furnish a certification orprovide such additional information as requested by the ContractingOfficer may render the Offeror nonresponsible.

(d) Nothing contained in the foregoing shall be construed to requireestablishment of a system of records in order to render, in goodfaith, the certification required by paragraph (a) of this provision.The knowledge and ”information of an Offeror i.s not required to exceedthat which is normally possessed by a prudent person in the ordinarycourse of business dealings.

(End of provision)

(e) The certification in paragraph (a) of this provision is amaterial representation of fact upon which reliance was placed whenmaking award. If it is later determined that the Offeror knowinglyrendered an erroneous certification, in addition to other remediesavailable to the Government, the Contracting Officer may terminate thecontract resulting from this solicitation for -default.

K-8

Page 45: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-1(1-80645

K-7 TYPE OF BUSINESS ORGANIZATION (FAR 52.215-6) (~L 1987)

SECTION K

The offeror or quoter, by checking the applicable box, representsthat- -

(a) It operates as [ ] a corporation incorporated under the laws ofthe State of , [ 1 an individual, [ ] apartnership, [ 1 a nonprofit organization, or [ ] a joint Venture; or

(b) If the offeror or quoter is a foreign entity, it operates as [ ]an individual, [ ] a partnership, [ 1 a nonprofit organization, [ ] ajoint venture, or [ ] a corporation, registered for business in

(country).

(End of provision)

K.8 AUTHORIZED NEGOTIATORS (FAR 52.215-11) (APR 1984)

‘The offeror or quoter represents that the following persons areauthorized to negotiate on its behalf with the Government inconnection with this request for proposals or quotations: [list names,

- titles, and telephone numbers of the authorized negotiators] .

..

(End of provision)

K.9 PLACE OF PERFORMANCE (52.215-20) (APR 1984)

(a) The offeror or quoter, in the performance of any contractresulting from this solicitation, intends, does not intend(check applicable block) to use on~r more pla~ or facilitieslocated at a different address from the address of the offeror orquoter as indicated in this proposal or quotation.

(b) If the offeror or quoter checks intends in paragraph (a) above, itshall insert in the spaces provided below the required information:

Place of Performance(Street Address, City,County, State, Zip Code)

Name and address of Ownerand Operator of the Plant orFacility if Other thanOfferor or Quoter

(End of provision)

K-9

Page 46: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

w-10-80645 SECTION K

K.1O SMALL BUSINESS CONCERN REPRESENTATION (FAR 52.219-1) (JAN 1991)

(a) Representation. The offeror represents and certifies as part ofits offer that it [ ] is, [ 1 i.s not a small business concern and that.[ ] all, [ ] not all end items to be furnished will be manufactured orproduced by a small business concern in the United States, itsterritories or possessions, Puerto Rico, or the Trust Territory of thePacific Islands.

(b) Definition.

“Small business concern, ” as used in this provision, means a concern,including its affiliates, that is independently owned and operated,not dominant in the field .of operation in which it is bidding onGovernment contracts, and qualified as a small business under thecriteria and size standards in this solicitation.

(c) Notice. Under 15 U.S.C. 645(d), any pe-rson who-misrepresents afirm’s status as a small business concern in order to obtain acontract to be awarded under the preference programs establishedpursuant to sections 8(a), 8(d), 9, or 15 of the Small Business Act orany other provision of Federal law that specifically referencessection 8(d) for a definition of program eligibility, shall--

(1) Be punished by imposition of fine, imprisonment, or both; ‘“-,

(2) Be subject to administrative remedies, including suspensionand debarment; and

(3) Be ineligible for participation in programs conducted underthe authority of the Act.

K.11 SMALL DISADVANTAGED(FEE 1990)

(a) Representation.

(End of provision)

BUSINESS CONCERN REPRESENTATION (FAR 52.219-2).

The offeror represents that it [ ] is, [ 1 is nota small disadvantaged business conc=rn.

..-

(b) Definitions.

“Asian-Pacific Americans, ” as used in this provision, means UnitedStates citizens whose origins are in Japan, China, the Philippines,Vietnam, Korea, Samoa, Guam, the U.S. Trust Territory of the PacificIslands (Republic of Palau) , the Northern Mariana Islands, Laos,Kampuchea (Cambodia) , Taiwan, Burma, Thailand, Malaysia, Indonesia,Singapore, Brunei, Republic of the Marshall Islands, or the FederatedStates of Micronesia.

“Indian tribe,” as used in this provision, means any Indian tribe,band, nation, or other organized group or community of Indians,including any Alaska Native Corporation as defined in 13 CFR 124.100

K-10

Page 47: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

Iij

W-10-80645 SECTION K

which is recognized as eligible for the special programs and semicesprovided by the U.S. to Indians because of their status as Indians, orwhich is recognized as such by the State in which such tribe, ‘band,nation, group, or community resides.

“Native Americans, ” as used in this provision, means American Indians,Eskimos, Aleuts, and native Hawaiians.

“Native Hawaiian Organization, n as used in this provision, means anycommunity semice organization serving Native Hawaiians in, andchartered as a not-for-profit organization by, the State of Hawaii,which is controlled by Native Hawaiians, and whose business activitieswill principally benefit such Native Hawaiians.

‘Small business concern, ” as used in this provision, means a concern,including its affiliates, that is independently owned and operated,not dominant in the field of operation in which it is bidding onGovernment contracts, and qualified as a small business under thecriteria and size standards in 13 CFR 121.

“Small disadvantaged business concern, ” as used in this provision,means a small business concern that (a) i.s at least 51 percentunconditionally owned by one or more i.ndivi.duals who are both sociallyand economically disadvantaged, or a publicly owned business having atleast 51 percent of its stock unconditionally owned by one or moresocially and economically disadvantaged individuals and (b) has its “management and daily business controlled by one or more suchindividuals. This term also means a small business concern that i.s atleast 51 percent unconditionally owned by an economicallydisadvantaged Indian tribe or Native Hawaiian Organization, or apublicly owned business having at least 51 percent of its stockunconditionally owned by one of these entities which has itsmanagement and daily business controlled by members of an economicallydisadvantaged Indian tribe or Native Hawaiian Organization, and whichmeets the requirements of 13 CFR 124.

.

“Subcontinent Asian Ameri.cans, n as used in this provision, meansUnited States citizens whose origins are in India, Pakistan,Bangladesh, Sri. Lanka, Bhutan, or Nepal.

(c) Qualified groups. The offeror shall presume that socially andeconomically disadvantaged individuals include Black Americans,Hispanic Americans, Native Americans, Asian-Pacific Americans,Subcontinent Asian Americans, and other individuals found to bequalified by SBA under 13 CFR 124. The offeror shall presume thatsocially and economically disadvantaged entities also include Indiantribes and Native Hawaiian Organizations.

(End of provision)

K-II

Page 48: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

!iW-10-80645

SECTION K

K.12 WOMEN-OWNED SMALL BUSINESS REPRESENTATION (FAR 52.219-3) (ApR 1984)

(a) Representation. The offeror represents that it [ 1 is, [ 1 is nota women-owned small business Concern.

(b) Definitions.

“Small business concern, ” as used in this provision, means a concern,including its affiliates, that is independently owned and operated,not dominate in the field of operation in which it is bidding onGovernment contracts, and qualified as a small business under thecriteria and size standards in 13 CFR 121.

“Women-owned,” as used in this provision, means a small business thatis at least 51 percent owned by a woman or women who are U.S. citizensand who also control and operate the business. -

(End of provision) —.-.

K.13 PREFERENCE FOR LABOR SURPLUS AREA CONCERNS (FAR 52.220-1) (APR 1984)

(a) This acquisition is not a set aside for labor surplus area (LSA)concerns. However, the offeror’s status as such a concern may affect(1) entitlement to award in case of tie offers or (2) offer evaluation”in accordance with the Buy American Act clause of this solicitation. “In order to determine whether the offeror is entitled to a preferenceunder (1) or (2) above, the offeror must identify, below, the LSA inwhich the costs to be incurred on account of manufacturing orproduction (by the offeror or the first-tier subcontractors) amount tomore than 50 percent of the contract price.

(b) Failure to identify the locations as specified above will precludeconsideration of the offeror as an LSA concern. “If the offeror isawarded a contract as an LSA concern and would not have otherwisequalified for award, the offeror shall perform the contract or causethe contract to be performed in accordance with the obligations of anLSA concern.

(End of provision)

K.14 CERTIFICATION OF NONSEGREGATED FACILITIES (FAR 52.222-21) (APR 1984)

(a) “Segregated facilities, ” as used in this provision, means anywaiting rooms, work areas, rest rooms and wash rooms, restaurants andother eating areas, time clocks, locker rooms and other storage ordressing areas, parking lots, drinking fountains, recreation orentertainment areas, transportation, and housing facilities providedfor employees, that are segregated by explicit directive or are infact segregated on the basis of race, color, religion, or nationalorigin because of habit, local custom, or otherwise.

K-12

Page 49: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION K

(b) BY the submission of this offer, the offeror certifies that i.tdoes not and will not maintain or provide for its employees anysegregated facilities at any of its establishments, and that .it doesnot and will not permit its employees to perform their services at anylocation under its control where segregated facilities are maintained.The offeror agrees that a breach of this certification is a violationof the Equal Opportunity clause i,n the contract.

(c) The offeror further agrees that (except where it has obtainedidentical certifications from proposed subcontractors for speci.fi.ctime periods) it wi-ll--

(1) Obtain identical certifications from proposed subcontractorsbefore the award of subcontracts under which the subcontractorwill be subject to the Equal Opportunity clause;

(2) Retain the certifications in the files; and

(3) =orward the following notice to the proposed subcontractors(except if the proposed subcontractors have submitted i-denti,calcertifications for specific time periods) :L

NOTICE TO PROSPECTIVE SUBCONTW.iCTORS OF REQUIREMENT FORCERTIFICATIONS OF NONSEGREGATED FACILITIES

A Certification of Nonsegregated Facilities must be submitted “before the award of a subcontract under which the subcontractorwill be subject to the Equal Opportunity clause. Thecertification may be submitted either for each subcontract or forall subcontracts during a period (i..e., quarterly, semiannually,or annually) .

NOTE : The penalty for making false statements i.n offers isprescribed i.n 18 U.S.C. 1001.

K.15 PREVIOUS CON’ITUICTS AND

The offeror represents

(End of provision) -

COMPLIANCE REPORTS (FAR 52.222-22) (APR 1984)

that- -

(a) It [ ] has, [ ] has not participated in a previous contract orsubcontract subject either to the Equal Opportunity clause of thissolicitation, the clause originally contained in Section 310 ofExecutive Order No. 10925, or the clause contained in Section 201 ofExecutive Order No. 11114;

(b) It [ ] has, [ 1 has not filed all required compliance reports; and

(c) Representations indicating submission of required compliancereports, signed by proposed subcontractors, will be obtained beforesubcontract awards.

K-13

Page 50: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION K

(End of provision)

K.16 AFFIRMATIVE ACTION COMPLIANCE (FAR 52.222-25) (APR 1984)

The offeror represents that--

(a) It [ 1 has developed and has on file, [ 1 has not developed anddoes not have on file, at each establishment, affirmative actionprograms required by the rules and regulations of the Secretary ofLabor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously hadcontracts subject to the written affirmative action programsrequirement of the rules and regulations of the Secretary of Labor.

(End of provision)

—.

K.17 CLEAN AIR AND WATER CERTIFICATION (FAR 52.223-1) (APR 1984)

_The Offeror certifies that--

(a) Any facility to be used in the performance of this proposedcontract is [ ] , is not [ ] listed on the Environmental ProtectionAgency (EPA) List of Violating Facilities;

(b) The Offeror will immediately notify the Contracting Officer,before award, of the receipt of any communication from theAdministrator, or a designee, of the EPA, indicating that any facilitythat the Offeror proposes to use for the performance of the contractis under consideration to be listed on the EPA List of ViolatingFacilities; and

(c) The Offeror will include a certification substantially the same asthis certification, including this paragraph (c) , in every nonexemptsubcontract.

K.18 CERTIFICATION1995)

(End of

REGARDING A DRUG-

. —

provision)

FREE WORKPLACE (FAR 52.223-5) (JUL

(a) Definitions. As used in this provision,

“Controlled substance” means a controlled substance in schedules Ithrough V of section 202 of the Controlled Substances Act (21 U.S.C.812) and as further defined in regulation at 21 CFR 1308.11 - 1308.15.

“Conviction” means a finding of guilt (including a plea of nolocontendere) or imposition of sentence, or both, by any judicial bodycharged with the responsibility to determine violations of the Federalor State criminal drug statutes.

/

K-14

Page 51: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I\

W-10-80645 SECTION K

“Criminal drug statute” means a Federal Or nOn-Federal criminalstatute involving the manufacture, distribution, dispensing,possession or use of any controlled substance.

“Drug-free workplace” means the site(s) for the performance of workdone by the Contractor in connection with a specific contract at whichemployees of the Contractor are prohibited from engaging in theunlawful manufacture, distribution, dispensing, possession, or use ofa controlled substance.

“Employee” means an employee of a Contractor directly engaged i-n theperformance of work under a Government contract. “Directly engaged”is defined to include all direct cost employees and any otherContractor employee who has other than a minimal impact or involvementin contract performance.

‘Individual” means an offeror/contractor that has no more than oneemployee including–the offeror/contractor.-.

(b) By submission of its offer, the offeror(if other than anindividual) responding to a solicitation that is expected to exceed‘the simplified acquisition threshold, certifies and agrees, that withrespect to all employees of the offeror to be employed under acontract resulting from this solicitation, it will-- no later than 30calendar days after contract award (unless a longer period is agreedto in writing), for contracts of 30 calendar days or more performanceduration; or as soon as possible for contracts of less than 30calendar days performance duration, but in any case, by a date priorto when performance is expected to be completed--

(1) Publish a statement notifying such employees that theunlawful manufacture, distribution, dispensing, possession or useof a controlled substance i.s prohibited in the Contractor’sworkplace and specifying the actions that will be taken againstemployees for violations of such prohibition;

.

(2) Establish an ongoing drug-free awareness program to informsuch employees about--

(I) The dangers of drug abuse in the workplace;

(ii) The Contractor’s policy of maintaining a drug-freeworkplace;

(iii) Any available drug counseling, rehabilitation, andemployee assistance programs; and

(iv) The penalties that may be imposed upon employees fordrug abuse violations occurring in the workplace;

(3) Provide all employees engaged in performance of the contractwith a copy of the statement reqyired by Subparagraph (b) (1) ofthis provision;

K-15

Page 52: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645SECTION K

(4) Notify such employees in writing in the statement required bysubparagraph (b) (1) of this provision that, as a condition ofcontinued employment on the contract resulting from thissolicitation, the employee will--

(I) wide by the terms of the statement; and

(ii) Notify the employer in writinq of the em~lo~ee’sconviction under a-criminal drug s~atuteoccurring in the workplace no later thanafter such conviction;

(5) Notify the Contracting Officer in writingdays after receiving notice under subdivision

for > violation5 calendar days

within 10 calendar(b) (4) (ii) of this

provision, from an employee or otherwise receiving actual noticeof such conviction. The notice shall include the position titleof the employee; and

(6) Within 30 calendar days after receiving notice undersubdivision (b) (4) (ii) of this provision of a conviction, takeone of the following actions with respect to any employee who isconvicted of a drug abuse violation occurring in the workplace:

(i) Take appropriate personnel action against such employee,up to and including termination; or

..

(ii) Require such employee to satisfactorily participate ina drug abuse assistance or rehabilitation program approvedfor such purposes by a Federal, State, or local health, lawenforcement, or other appropriate agency.

(7) Make a good faith effort to maintain a drug-free workplacethrough implementation of subparagraphs (b) (1) through (b) (6) ofthis provision.

(c) By submission of its offer, the offeror, if dn individual who ismaking an offer of any dollar value, certifies and agrees that theofferor will not engage in the unlawful manufacture, distribution,dispensing, possession or use of a controlled substance in theperformance of the contract resulting from this solicitation.

(d) Failure of the offeror to provide the certification required byparagraphs (b) or (c) of this provision, renders the offerorunqualified and ineligible for award. (See FAR 9.104-l(g) and19.602-l(a) (2) (I).)

K-16

Page 53: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION K

(e) In addition to other remedies available to the Government, thecertification in paragraphs (b) or (c) of this provision concerns amatter within the jurisdiction of an agency of the United States andthe making of a false, fictitious, or fraudulent certification may‘render the maker subject to prosecution under Title 18, United StatesCode, Section 1001.

(End of provision)

—-

-- [END OF SECTION]

..

.

K-17

Page 54: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION L

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR tiUC)TERS

L.1

L.2

L.3

LISTING OF CLAUSES INCORPO~TED BY REFERENCE

NOTICE : The following solicitation provisions and/or contract clausespertinent to this section are hereby incorporated by reference:

I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1)

CLAUS ENUMBER

52.215-552.215-852.215-952.215-10

52.215-i2

52.215-13L52.215-1452.215-1552.222-24

52.222-46

DATE

JUL 1987JuL 1995JuL 1995JuL 1995

APR 1984

APR 1984APR 1984JUL 1995APR 1984

FEB 1993

TITLE

SOLICITATION DEFINITIONSAMENDMENTS TO SOLICITATIONSSUBMISSION OF OFFERSLATE SUBMISSIONS, MODIFICATIONS, ANDWITHDRAWALS OF PROPOSALSRESTRICTION ON DISCLOSURE AND USE OFDATAPREPAIWTION OF OFFERSEXPLANATION TO PROSPECTIVE OFFERORSFAILURE TO SUBMIT OFFERPREAWARD ON-SITE EQUAL OPPORTUNITYCOMPLIANCE REVIEWEVALUATION OF COMPENSATION FORPROFESSIONAL EMPLOYEES

II. NlM3A FAR SUPPLEMENT (48 CFR CHAPTER 18) CLAUSES

No NASA By-reference clauses in Section L.

(End of provision)

SOLICITATION PROVISIONS INCORPOW4TED BY REFERENCE (FAR 52.252jl) (JUN1988) .

This solicitation incorporates one or more solicitation provisions byreference, with the same force and effect as if they were given infull text. Upon request, the Contracting Officer will make their fulltext available.

(End of provision)

ORGANIZATIONAL CONFLICTS OF INTEREST CERTIFICATE--~KETINGCONSULTl@JTS (52.209-7) (NOV 1991)

(a) Definitions.

(1) Marketing consultant means any independent contractor whofurnishes advice, information, direction, or assistance to anofferor or any other contractor in support of the preparation orsubmission of an offer for a government contract by that offeror.

L-1

Page 55: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

0

ii

SECTION L

An independent Contractor is not a marketing consultant whenrendering- -

(i) SeHices excluded in FAR 37.204;

(ii) Routine engineering and technical services (such asinstallation, operation, or maintenance of systems,equipment, software, components, Or facilities) ;

(iii) Routineservices; or

(iv) Training

(2) Organizational

legal, actuarial, auditing, and accounting

services.

conflict of interest means that because ofother activities or relationships with other persons, a pers& isunable or potentially unable to render impartial assistance oradvice to the Gove-rnment, or the-person’s objectivity inperforming the contract work is or might be otherwise impaired,or a person has an unfair competitive advantage.

lb) An individual or firm that employs, retains, or engagescontractually one or more marketing consultants i.n connection with acontract, shall submit to the contracting officer, with respect toeach marketing consultant, the certificates described below, if the ‘individual or firm is notified that it is the apparent successful ..offeror.

(c) The certificate must contain the following:

(1) The name of the agency and the number of the solicitation in!’ question.

(2) The name, address, telephone number, and federal taxpayeridentification number of the marketing consultant.

.

(3) The name, address, and telephone number of a responsibleofficer or employee of the marketing consultant who has personalknowledge of the marketing consultants involvement in thecontract.

(4) A description of the nature of the sezvices rendered by or tobe rendered by the marketing consultant.

(5) The name, address, and telephone number of the client orclients, and the name of a responsible officer or employee of themarketing consultant who is knowledgeable about the semicesprovided to such client(s), and a description of the nature ofthe semi.ces rendered to such client(s), if, based on informationprovided to the Contractor by the marketing consultant, anymarketing consultant is rendering or, in the 12* months precedingthe date of the certificate, has rendered se~ices respecting thesame subject matter of the instant solicitation, or directly

L-2

Page 56: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION L

relating to such subject matter, to the Gover~ent or any otherclient (including any foreign government or person) .

(6) A statement that the person who si,gns the certificate for theprime Contractor has informed the marketing consultant of theexistence of Subpart 9.5 and Office of Federal Procurement PolicyLetter 89-1.

(7) The signature, name, title, employer’s name, address, andtelephone number of the persons who signed the certificates forboth the apparent successful offeror and the marketingconsultant.

(d) In addition, the apparent successful offeror shall forward to theContracting Officer a certificate signed by the marketing consultantthat the marketing consultant has been told of the existence ofSubpart 9.5 and Office of Federal Procurement Policy Letter 89-1, and

—- the marketing consultant has made inquiry, and to the best of theconsultant’s knowledge and belief, the consultant has provided nounfair competitive advantage to the prime Contractor with respect tothe se~ices rendered or to be rendered in connection with the

“=solicitation, or that any unfair competitive advantage that, to thebest of the consultant’s knowledge and belief, does or may exist, hasbeen disclosed to the offeror.

(e) Failure of the offeror to provide the required certifications may “result in the offeror being determined ineligible for award.Misrepresentation of any fact may result in the assessment ofpenalties associated with false certifications or such otherprovisions provided for

L.4 UNNECESSARILY ELABOWTE1984)

Unnecessarily elaboratesufficient to present a

by law or regulation.

(End of provision)

PROPOSALS OR QUOTATIONS (FAR 52.215-7) (APR

.

brochures or other presentations beyond thosecomplete and effective response to this

solicitation are not desired and may be construed as an indication ofthe offeror’s or quoter’s lack of cost consciousness. Elaborate artwork, expensive paper and bindings, and expensive visual and otherpresentation aids are neither necessary nor wanted.

(End of provision)

L.5 CONTWiCT AWARD (FAR 52.215-16) (JUL 1990) (ALT III)

(a) The Government will award a contract resulting from thissolicitation to the responsible offeror whose offer conforming to thesolicitation will be most advantageous to the Government, cost orprice and other factors, specified elsewhere in this solicitation,considered.

L-3

Page 57: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

.,

ij

W-10-80645 SECTION L

L

1

1

,

r

(b) The Government may (1) reject any or all offers if such action isin the public interest, (2) accept other than the loweSt offer, and(3) waive informalities and minor irregularities in offers received.

(c) THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD A C’ONTRACTWITHOUT DISCUSSIONS WITH OFFERORS. THEREFORE, EACH INITIAL OFFERSHOULD CONTAIN THE OFFEROR’S BEST TERC4S FROM A COST OR PRICE ANDTECHNICAL STANDPOINT. HOWEVER, THE GOVERNMENT RESERVES THE RIGHT TOCONDUCT DISCUSSIONS IF LATER DETERMINED BY THE CONTACTING OFFICER TOBE NECESSARY.

(d) The Government may accept any item or group of items of an offer,unless the offeror qualifies the offer by specific limitations.UNLESS OTHERWISE PROVIDED IN THE SCHEDULE, OFFERS MAY BE SUBMITTED FORQUANTITIES LESS THAN THOSE SPECIFIED. THE GOVERNMENT RESERVES THERIGHT TO MAKE AN AWARD ON ANY ITEM FOR A QUANTITY LESS THAN THEQUANTITY OFFERED, AT THE UNIT COST OR PRICES OFFERED, UNLESS THEOFFEROR SPECIFIES OTHERWISE IN THE OFFER. —

(e) A written award or acceptance of offer mailed or otherwisefurnished to the successful offeror within the time for acceptancespecified i.n the offer shall result in a binding contract withoutfurther action by either party- Before the offer’s specifiedexpiration time, the Government may accept an offer (or part of anoffer, as provided in paragraph (d) above) , whether or not there are ““negotiations after its receipt, unless a written notice of withdrawal “is received before award. Negotiations conducted after receipt of anoffer do not constitute a rejection or counteroffer by the Government.

(f) Neither financial data submitted with an offer, norrepresentations concerning facilities or financing, will form a partof the resulting contract. However, i.f the resulting contractcontains a clause providing for price reduction for defective cost orpricing data, the contract price will be subject to reduction if costor pricing data furnished is incomplete, inaccurate, or not current.

.

(g) The Government may determine that an offer is unacceptable if theprices proposed are materially unbalanced between line items orsubline items. An offer is materially unbalanced when it i.s based onprices significantly less than cost for some work and prices which aresignificantly overstated in relation to cost for other work, and ifthere i.s a reasonable doubt that the offer will result in the lowestoverall cost to the Government, even though it may be the lowevaluated offer, or it is so unbalanced as to be tantamount toallowing an advance payment.

(End of provision)

L.6 TYPE OF CONTW4CT (FAR 52.216-1) (APR 1984)

The Government contemplates award of a hybrid of an indefinite-deli.very/indefinite-quanti.ty and a time-and-materials contractresulting from this solicitation.

L-4

Page 58: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION L

L.7

L.8

L.9

(End of provision)

SIC CODE AND SMALL BUSINESS SIZE STANDARD (FAR 52.219-22) (JAN 1991)

(a) The standard industrial classification (SIC) code for thisacquisition is 8711.

(b) (1) The small business size standard is $2.5M annual receipts.

(2) The small business size standard for a concern which submitsan offer in its own name, other than on a construction or semicecontract, but which proposes to furnish a product which it didnot itself manufacture, is 500 employees.

(End of provision)

BROWSE LIBRARY

(a) –The Government will make each of th~ documents referenced inAttachment E of this solicitation available for viewing andphotocopying, free of charge, to potential offerors for their reviewas an aide in preparing proposals in response to this solicitation.These items will be located in the NASA Headquarters Library from7:30am - 5:OOpm, Monday through Friday, except Federal’holidays. THESEDOCUMENTS ARE OFFICIAL GOVERNMENT PROPERTY AND NO PORTION OF THEKSHOULD BE REMOVED FROM THE HEADQUARTERS LIBWk.RY.

(b) The Gover~ent will make the documents referenced above availablethrough the closing date of this solicitation. The Government willnot extend the closing date of this solicitation due to the inabilityof any offeror to review the documentation contained in the browselibrary.

OTHER COMMUNICATIONS REGARDING THIS SOLICITATION.

(a) ALL questions shall be received by the point of contact by 9:00AM local time on August 25, 1995. The Government will not extend theclosing date of this solicitation for questions received after 9:00AM, August 25, 1995. ALL cortununi-cations/ixqui.ri.es (other than thoseconcerning L.8) related to this solicitation shall be submitted inwriting as follows:

Point of Contact: Donna S. BlandingFacsimile: (202) 358-3080Location: NASA Headquarters

Acquisition Division/Code HWC

(End of provision)

L-5

Page 59: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645SECTION L

L.1O SERVICE OF PROTEST (FAR 52.233-2) (NOV 1988)

(a) Protests, as defined in Section 33.101 of the Federal AcquisitionRegulation, that are filed directly with an agency, and copies of anyprotests that are filed directly with an agency, and copies of anyprotests that are filed directly with the General Accounting Office(GAO) or the General Services Administration Board of Contract Appeals(GSBCA), shall be serwed on the Contracting Officer (addressed asfollows) by obtaining written and dated acknowledgment of receipt+=w-m .& A. WALL .

Hand-Carried Address:

NASA HeadquartersHeadquarters Acquisition Division300 E Street, S.W.Washington, DC 20024-3210

Mailing Address:

NASA HeadquartersAcquisition DivisionCode HWWashington, DC 20546

(b) The copy of any protest shall be receivedabove on the same day a protest is filed withday of filing a protest with the GAO.

(End of provision)

.

.!

in the office designatedthe GSBCA or within one

L.11 PROPOSAL/SEALED BID COVER SHEET (HW 52.215-90) (SEP 1992)

A proposal/sealed bid cover sheet is Attachment F to thissolicitation. Because of security arrangements in the NASAHeadquarters Building, it is very important that a copy of this coversheet be securely attached to the front or top side of each separatepackage of the proposal or sealed bid.

Unusually large and heavy submissions should be delivered to theloading dock in the rear of the building, and all others to the mainsecurity guard station in the west lobby. Cover sheets must be usedfor all packages delivered to either of the two locations. Failure touse the cover sheets may cause problems with delivery and make yoursubmission untimely.

(End of provision

L-6

Page 60: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

L.12 GENERAL INFORMATION ABOUT

I

I

I

52.215-95) (OCT 1992)

A. PROPOSAL ORGANIZATION

SECTION L

PROPOSAL FORMAT, DETAIL AND AUTHORSHIP (HW

Since the Government will evaluate each part separately, proposalsmust consist of the following physically separate volumes, eachsubject to the listed page and copy limitations. (Page limitationsinclude appendices and attachments.) Evaluators will read only up tothe maximum number of pages specified. Pages in excess of the maximumwill be removed from the proposal and returned to offerors.

NO. OF PAGEVOLUME TITLE COPIES LIMITATIONS

I Technical Proposal 6 75

II .Price/Business Proposal 4 N/A

B. VOLUME ORGANIZATION

1. COVER PAGES: Each volume must have a cover page containing:Volume number and title

:: Solicitation numberOfferor’s name

.,

:: Offeror’s policy on the release of informationcontained within the volume

Cover pages are not to be numbered.

2. TABLES OF CONTENTS: Each volume must include a Table ofContents which indicates the page numbers of each section,figure, table or foldout. Tables of contents are not to benumbered. .

3. SECTIONAL DIVIDERS: If a volume has been divided intosections, dividers with tabs must be inserted between thesections, with each section starting on a new page. Thesedividers are not to be numbered.

c. PAGE FEATURES

1. SIZE: The proposal must be submitted on standard 8 1/2” by11” page size, with each leaf counting as a single page.

2. TYPE: Type size shall not be less than 12 point with aspace and a half between lines, if in word processing, or 2point leading. There is no print size limitation for theprice/cost proposal.

L-7

Page 61: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645SECTION L

3. NUMBERING: Pages must be numbered consecutively within eachvolume. Each page number must consist of two parts: l)thevolume number and 2)the page number, for example, II-6.Section number must not be included.

4. OFFEROR’S NAME: The offeror’s name must appear at the top orbottom of every page.

5. LABELS: Each

D. PROPOSAL DETAIL

figure, table and foldout must be labeled.

The proposal must contain enough detail to allow for a thoroughevaluation and sound determination of whether or not the offeror willbe able to perform in accordance with the solicitation’s requirem~nts.The offeror shall-be careful that their proposals are neither tooelaborate (see FAR Clause 52.215-7) nor too general; proposals shalladdress this particular solicitation with specific statements relevant-to the Statement of Work (SOW) . The Government considers asunacceptable all unsubstantiated statements that offerors understandand will perform in accordance with the SOW. The offeror must submitall relevant data with the proposal. Data previously submitted or ..presumed to be known by the Government will not be considered inproposal evaluation. -.

E. PROPOSAL AUTHORSHIP

If any portion of the proposals has been written by other than bonafide employees of the offerors, the offerors must identify thewriter’s name, employer (if any), business relationship to theofferors, and the volumes, sections, pages or portions of pages whichhe or she substantially authored.

L.13 INSTRUCTIONS FOR THE PREP~TION OF EACH VOLUME O-FTHE PROPOSAL

L.13.1 VOLUME I--TECHNICAL PROPOSAL

To facilitate review and evaluation of proposals, offerors shallpresent the narrative portion in the format outlined below:(Notice: offerors shall label their narrative portion so that itcorresponds with the format below for clear cross referencing) .

SUBFACTOR A. UNDERSTANDING THE REQUIREMENT

For SAMPLE STUDY PLANS 1, 2, 3, “Advanced Mission Studies” andSAMPLE STUDY PLAN 4, “Environmental Impact Statement” offerorsshall use the information provided in Attactient H hereunder toprepare four (4) separate Study Plans, one for each of the foursample studies.

For each of the Study Plans developed above, offerors shall

L-8

Page 62: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

SECTION LW-10-80645

provide, at a minimum, the following:

a. an explanation of how the study will be performed (includingwho will perform it when, where, and i.n what sequence or phases) ;

i. In describing “who will perform it” , offerors shallstate the full name of the person(s) proposed for each laborcategory, their company affiliation, and/or backgroundrelative to these particular studies, and;

b. a complete price proposal showing estimated hours for eachlabor category proposed, rates (rates must be consistent withthose proposed for Attachment H, Exhibit A) , and all othermaterial costs.

[Offerors should note that NASA may issue task orders ofsome, none or all of the above studies upon contract award.]

SUBFACTOR B: EXPERIENCE & PWT PERFORMANCE

Offerors shall provide information as to their corporate experience(including that of proposed subcontractors) in the areas of advancedstudies and Environmental Impact Assessments. If the offeror is a new ““entity, the offeror may describe the past experience of employees. .,

Additionally, offerors shall discuss experience and past performancewhich would especially qualify the proposed subcontractors to performthe work set forth in the Statement of Work. For the prime contractorand each subcontractor, the offeror shall submit the followinginformation for all government and commercial contracts of similarwork and semices that are currently underway or have been completedwithin the past five years:

name and address of client;:: name of client’s point-of-contact and currerit telephone number;

contract number and date of award;:: contract type, title, and dollars awarded;e. type of work performed- -discuss similarity to work and se~ices

to be performed in this solicitation; andf. contract performance- -describe the technical, cost, and schedule

performance; address any problems that were encountered and thecorrective action taken.

SUBFACTOR C: MANAGEMENT AND SUBCONTWICTING

The offeror shall describe how this contract will be managed:

a. who will be the contractor’s point(s) of contact for StudyPlan initiation;

b. how Study Plans will be prepared and negotiated;how study performance and price will be monitored; and

:: who will monitor the study performance.

L-9

Page 63: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-8064SSECTION L

This section of the proposal should clearly demonstrate theofferor’s approach for managing an Indefinite Delivery/IndefiniteQuantity type contract, which includes task orders issuedintermittently or possibly no orders issued for an extended timeperiod. There is also the possibility that numerous orders maybe issued at the same time, which may necessitate a quick,completion time. Therefore, the contractor shall describe how itwill staff and perform high quality studies given theunpredictable nature of this contract. AlSO lines of

I communication and information management systems to be used forthe studies should be described, along with the contract andsubcontract reporting systems and procedures that will be used.

The contract resulting from this solicitation shall contain agoal of 30% of the total contract value to be subcontracted toSmall Businesses, and at least 15% of which (i.e.,15% of thetotal value of the contrac.t)must be subcontracted to SmallDisadvantaged Businesses; and at least 5% of which (i.e., 5% ofthe total value of the contract) must be subcontracted to WomenOwned Businesses. Offerors shall describe their process forobtaining subcontractors, addressing, as a minimum, advertising,source lists, competition, subcontractor selection, subcontracttype, pricing, negotiation, and subcontract performanceevaluation. Evidence should be provided to indicate whether anyor all of the proposed processes are currently used by theofferor. The offeror should also illustrate its proven methods “of involving small business concerns as subcontractors inacquisitions similar to this requirement. Furthermore, offerorsshould discuss the relative success of methods the contractorintends to use to meet the goals and requirements of the plan, asevidenced by records maintained by the offeror.

~ If a Small Business is proposing as a prime, they shall address a

1 goal of at least 15% to Small Disadvantaged Businesses and 5% toWomen Owned Businesses.

.

~L.13.2 PRICE/BUSINESS PROPOSAL INSTRUCTIONS AND EVALUATION CONSIDE~TIONS

I

A. GENERAL INSTRUCTIONS

1 Offerors shall submit proposals in accordance with the following:

1. For each labor category and year listed in Schedule Clause B.2,

~the offeror shall propose a fully burdened rate. Each fullyburdened rate shall be a composite of the prime contractor’s and

I the subcontractors’ rates for each labor category. In addition~ to the labor rates, the offeror shall also propose, if applicable[

any material handling cost that will be associated with the~ materials described in Schedule Clause B.3. The material handling

I cost, if any, shall also be provided for each of the fivecontract years. Exhibit A of Attachment H is included to show

~ detail of information required.

>

Page 64: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

/)

SECTION Lw-10-8064S

~fferor’s accounting system.

2. Pursuant to FAR 52.222-46 (“Evaluation of Compensation forProfessional Employees”) , as part of the price proposal, theofferor shall submit a total compensation plan setting forthsalaries and fringe benefits proposed for the professionalemployees who will work under the contract. Supportinginformation shall include data, such as recognized national andregional compensation suweys and studies of professional, publicand private organizations. Unless adequate justification isprovided, proposals indicating unrealistically low professionalemployees compensation may be assessed adversely as one of thefactors considered in making the award. (See Attachment H,Exhibit B)

3. The contractor shall prepare an Organizational Conflict ofInterest(OCOI) Avoidance Plan. This plan should:

a.

c.

d.

e.

f.

provide complete informa~ion on previous or current work inwhich performance could result in a conclusion that thereexists a potential organizational conflict of interest;

detail the types of conflicts that might occur if theofferor is awarded the contract;

detail the steps that the offeror is to take during the “performance of the contract to identify, avoid, eliminateand/or mitigate potential organizational conflicts ofinterest;

prevent the disclosure of information subject to theorganizational conflict of interest clause and/or protectionof information clause;

explain how conflict of interest identification,elimination, and/or mitigation will be” handled inconjunction with subcontractors; and

explain in detail how the conflict of interest issue will bedealt with both proactively and interactively.

B. FINANCIAL CONDITION, CAPABILITY AND BACKGROUND OF THEORGANIZATION

To be determined responsible, a contractor must have adequatefinancial resources to perform the contract or the ability to obtainthem.

Offerors shall provide copies of the organization’s annual auditedfinancial statements (e.g., balance sheet, profit and 10SS statement,and annual reports) for the last three (3) consecutive years ofoperation.

L-n

Page 65: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I

W-10-80645

Offerors shall also providecurrent financial stren~th,-.rating.

c. SF 33, REPRESENTATIONS,

SECTION L

other documentation to clearly explainresource capability and current credit

CERTIFICATIONS AND OTHER STATEMENTS OFOFFERORS

——.— --

Offerors shall complete and execute the Standard Form (SF) 33, allrepresentations, certifications, and other statements required by theprovisions of this solicitation. Blocks 12 through 18 of the SF 33must be completed by offerors, as appropriate, and returned with aproperly completed Section K, ‘Representations, Certifications, andOther Statements of Offerors”. The SF 33 must be signed by anofficial authorized to contractually bind the offeror’s organization.

In addition, offerors must complete and execute the certificationsrequired in accordance with the provisions entitled ‘OrganizationalConflicts of Interest Certificate --Marketing .Consultants”, FAR 52.20g-7.

D. TERMINATION HISTORY

Offerors shall discuss experience with contract termination (partialor whole) actions over the past three (3) years. Offerors shallidentify and explain any contract termination for default or

..

convenience of the Government and the reasons why such action was ..

taken. For partial terminations (whether default or convenience), theofferor shall discuss the magnitude of the termkati.on in relation tooverall contract value. Additionally, the offeror shall submit thefollowing information for contracts terminated over the past three (3)years:

name and address of client;:: name of client’s point-of-contact and current telephone

number;contract number and date of award; “

:: contract type, title, and dollars awarded; ande. type of work performed

Offerors should note that the listed customers may be contacted toverify this information.

E. SMALL BUSINESSSUBCONTRACTING

In accordance with

AND SMALL DISADVANTAGE BUSINESS CONCERNSPLAN

the provisions of FAR Clause 52.219-9 and NASA FARSupplement Clause 18-52.219-73, Alternate I, offerors other than smallbusinesses, shall submit a Small Business and Small DisadvantagedBusiness Subcontracting Plan.

F. COMPLIANCE WITH THE REQUIREMENTS OF THIS REQUEST FOR PROPOSALS

Offerors shall prepare statements of their unequivocal acceptance of

L-12

Page 66: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION L

the requirements contained in this Request for Proposals, includingthe Statement of Work, the Schedule, and all Contract clauses.

G. CONTENTS OF PRICE/BUSINESS PROPOSAL

Offerors shall submit a price/business proposal containing thefollowing:

1.

2. “3.

4.5.6.-.7.

8.

Attachment H, Exhibit A: Labor Categories to include fullyburdened rates for each twelve (12) month period and anymaterial handling rate. (Only the burdened labor rates willbe incorporated into Section B of the resultant contract) .Total Compensation Plan (including Exhibit B) .Conflict of Interest Certification/Organizational Conflictof Interest Avoidance PlanFinancial StatementsRepresentations and Certifications (includingTermination History Statements. —Small Business and Small Disadvantaged BusinessSubcontracting PlanStatement of Compliance with the Requirements of thisRequest for Proposals.

(End of provision)

..

[END OF SECTION]

L-13

Page 67: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-8C1645

SECTION M - EVALUATION FACTORS FOR AWARD

SECTION L

M.1 OVEWLLL BASIS FOR AWARD (HW 52.215-92) (OCT 1992)

A.

B.

c.

EVALUATIONS

The Government will perform concurrent but separate evaluationsof the Technical and Price/Business proposals of each offer. Allinformation contained therein will be subject to verification byGovernment organizations such as the Defense Contract AuditAgency, commercial sources such as DUM and Bradstreet, andothers, as appropriate. If information has been previouslysubmitted or is presumed to be known by the Government but is notincluded in the present proposal, that information will not beconsidered part of the present proposal. Omissions, inaccurate,or inadequate information could have negative effects on theoverall evaluation.

METHODS OF EVALUATION

The subfactors within the Technical Factor will receivequantitative (numerical) scores as well as qualitative(adjectival) descriptions. The Price/Business Factor will bereviewed and analyzed in depth but will not receive numericalscores.

RELATIVE IMPORTANCE OF FACTORS

Of the two factors identified above, the Technical Factor ismore important than the Price/Business Factor.

M.1.l EVALUATION OF THE TECHNICAL PROPOSAL

Subfactors within the Technical Proposal will be evaluated todetermine the relative merits of the offerors’ proposals. Thesubfactors to be used and their corresponding weights are listedbelow:

SUBFACTOR A. UNDERSTANDING THE REQUIREMENT (500 points) :

Sample Study Plans 1, 2, 3, “Advanced Mission Studies” and SampleStudy Plan 4, “Environmental Impact Analyses”

The contractors understanding of the requirement will be evaluated forcompleteness, reasonableness, likelihood for successful performance,insight, price realism, effective subcontracting, and quality ofpersonnel proposed for each study. Inflated, unrealistic prices willbe construed as evidence that the offer does not understand therequirement.

M-1

Page 68: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645 SECTION M

L

SUBFACTOR B. EXPERIENCE & PAST PERFOWCE (250 pOintS) :

Corporate experience will be evaluated for depth and relevance to thework and services to be performed under this solicitation. How wellthe offeror performed will be evaluated to determine if the offerorhas demonstrated that it can provide quality work on schedule and forthe prices that were negotiated. However, the evaluation of corporateexperience will not be limited to the references provided in theproposal. Past performance information may also be obtained fromother sources known to the Government. Offerors should note that thelisted customers may be contacted to verify this information.

SUBFACTOR C. MANAGEMENT AND SUBCONTRACTING (250 points)

Contract Management will be evaluated for managemen% flexibility,individual accountability, the likelihood of prompt, efficientturn-around of NASA study requests, and effective contractadministration. Subcontracting will be evaluated for soundness,‘promptness, efficiency, and mission effectiveness. The Governmentwill likely view existing mechanisms and arrangements for obtainingsubcontractors, more favorably, than ones which are proposed and havenot yet been used by the offeror. It is highly desirable thatpotential SB/SDB subcontractors be classified under whatever SIC code “is appropriate for the work. The size standard for that SIC code isused to determine if subcontracting goals are met. However, proposedsubcontract areas which will likely result in the enhancement ofSB/SDB subcontractor technical expertise will be more favorablyevaluated than proposed subcontracts for administrative, clerical andother non-technical work.

M.1.2 EVALUATION OF THE PRICE/BUSINESS PROPOSAL

The price/business proposals will be analyzed to-ensure fair andreasonable prices. Price will also be used as an aid in determiningthe offeror’s understanding of Technical Factor requirements.Inflated, understated or unrealistic prices will be construed asevidence that the offeror does not understand the requirement. As apart of the price evaluation, the Government will apply thecontractor’s proposed labor rates to the Government estimates of laborhours to calculate a total proposed price.

The Government will evaluate the ‘Total Compensation Plan”, inaccordance with FAR provision 52.222-46, to assure that it reflects asound management approach and understanding of the contractrequirements.

The requirement for submission of a Conflict of Interest AvoidancePlan will be reviewed for completeness and assurance that it reflectsa sound management approach to avoid potential conflicts of interest.

M-2

Page 69: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

.,. .— -., -,.,–,

.

AMENDMENT OF SOLICITATIG..,,tAODlFlCAT~ON OF CONTRACT1 lTRACT ID CODE PAGE OF PAGES

1-1 I I 1 I /

2.AMENDMENT/MODIFICATION NO. 4. REQUISITIONIPURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

One (1) 10-806456. ISSUED BY CODE .HWC? 7. ADMINISTERED BY (If other than Item 6) CODE INASA fiead usrtcrs

8“””Ac uisitlon wwlonCo$e HWAttn:DonnaS.BlandinWashington,DC 20546-&lOl

I8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZP coda) 9A. AMENDMENT OF SOLICITATION NO.

ALL O~ORS

x .W-10-8064590.DATED (SEE ITEM 11)

0812819510A.MODIFICATION OF CONTRACT/ORDER NO.

/ tlOB. DATED (SEE/TEM 13)

CODE IFACILITY CODE II11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS— —

~Tha ●bove numbered aclicitaticnis amended as sat fwtlr i. kern 14. Tfm hour and date spaoifbd for rs.eiptof Offem U is mrt..ded, N is not extended. Offermust acknowledge raoeiptof this amendment prior to the hour and date specified in the soliiitstion or ss ar-nandad, by one of tha following methods:

(a) By ocmpbting ftema8 and 15,endreturning ONE copies of the amsndmsnC (b) By aoknowladging receiptof this amendment on each copy of the offersubmitted; or (c) By separatebtter or telegramwh~h incltilas ● refemntmto the solicitationand amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BERECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFPER. ff byvirtueof this ●mendment you desire to changa ● n offer already submittad, ●uch change may be made by tal.agramor letter, prow”dedeach telegram or lattermakes reference:0the ●oficitationand this amendment, and is mcaived prior to the opening hour and date specified.

12. Accounting and Appropriation Data (/f required)

SOT APPLICABLE13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,

IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.Xl A. THls cHANGEoRDERIs lssuED wRsuANT To: (s~e=ifya@hc~) ~E cHANGEs.SETFoRTHIN ITEM14 AREMADEINTHECONTRACT

..

ORDERNO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MoDIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such es changes in paying offico.aPPrOP*riOn date, etc.) SET FORTH IN ITEM. PURSUANT TO THE AUTHORITY OF FAR 43.1 L13(b).

1

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORllY OF:

D. OTHER [Specify type of modification and authority)

1~. IMPORTANT: &mtractorr= isnot. ❑ “(arequiredto sign thts document snd mtum copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organiz& by LJCFsection treedings, including so/icitation/contract subject matter whare feasible.)

[tern14. Description of Amendment/Modification continued onadditionalsheets.

Excaptas provided herein, sIIterms and condfitons of the document referenced in item 9A or 10A. aa heretofore changed, remains unchanged and in full forceand effect

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF SIGNER (Type or print)KAREN A. MCDONALDCONTRACTING OFFICER

4

156. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16C. DATE SIGNED

(.si!,vrarureof person authorized to sign) LS;fmafureof Contracting Officer) 9/b(9rSTANDARD FORM 30 (REV. 1&83)Prescribedby GSAFAR (46 CFR) 53.243

Page 70: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

W-10-80645

DESCRIPTION

A.

1.

2.

3.

Amendment One (1)

OF AMEND~/MODIFICATION CONTINUED

This amendment has been issued to make corrections fromand/or respond to questions offerors have submitted

_—-.

regarding Request for Proposals (RFP) W-10-80645. Allchanges are marked by bold text.

Clause H.2, paragraph(h) is hereby modified to read asfollows:

(h) All work performed under this contract shall beaccomplished in accordance with Task orders issued bythe ContractingOfficer and will be based uponGovernment requirements as stated in Section C.

—-

Clause H.6, paragraph (b) (2) is hereby modified to readas follows:

(b) (2) To the extent that the work under this contract ,:requires access to proprietary, business confidential,or financial data of other companies, and as long as .,these data remain proprietary or confidential, theContractor shall protect these data from unauthorizeduse and disclosure and agrees not to use them tocompete.with those other companies.

Section’J, ATTACHMENT G - SAMPLE STUDY #2, is herebymodified to read as follows:

Assessmentof Sensors and Optics Systems for Future Astrophysics ScienceMissions

The contractor shall conduct an independent assessment of advancedtechnology sensors and optics systems which cansatlsfy the programmaticneeds of future Astrophysics Division missions. This assessment will includemission sensors and optics system requirements and proposed schedulesencompassing thenext20 years. The contractor shall prepare a documentdelineating performance capabilities of existing, currently planned, andprojected (advanced technology) sensors and optics systems. Thecontractor shall review each applicable mission independently to compare theprograms needs to the capabilities of the identified sensors and opticssystems. The contractor shall developa profile of Astrophysics missionneeds, satisfying the requirements for currently identified Astrophysicsmissions concepts funded aspart of the New Missions Concepts forAstrophysics Program, The contractor shall then compare needs tothe

Page 71: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

ii

3

performance projections of the advanced technology sensors and opticssystems (evaluating such factors as the state of readiness, performancecharacteristics, cost factors, power requirements, etc. ) The contractor shalldevelop a set of options, including the strengths and weaknesses of each,from which the Division can determine its future courses of action regardingadvanced sensors and optics systems and their application to Astrophysicsmissions.

The period of performance for this study is 160 days.

The contractor shall provide the following deliverables:

Interim report on program needs 60 daysInterim report assessing technology readiness 120 daysFinal Report 160 days

4. Provision L. 12, Pa–ragraphs C. 1 and C. 2 are deletedreplaced with the text below (The text below alsoreplaces #6 of the RFP Synopsis. ) . Paragraph C. 3,and C.5 are renumbered as C.2, C.3, and C.4,respectively.

C. 1 PAGE FEATURES

The technical proposal must be submitted onstandard 8 1/2a by llm paper (with each leaf

and

C.4,

counting as a single page) , single-spaced, withmargins no less than one (1) inch on each side.If foldouts are included, they must be folded topage size with each leaf (or portion) countingas a single page. Type size shall not besmaller than 12 point. When short textualannotations are included in graphics, figures,tables and exhibits and the physical position ofthe annotation is important for understanding, atype size of 9 points is acceptable. It is notacceptable to use 9 point type for long textualpassages even though they may appear inexhibits.

There is no print size limitation for theprice/cost proposal.

5. At the top of page L-n, delete “offeror’sSystem’$ .

6. Provision L.13.1, Subfactor C is modifiedfollowing sentence to the end of the last

accounting

by adding theparagraph:

Page 72: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

,

i

4

“If a Small Disadvantaged Business is proposing as aprime contractor they shall address a goal of at leastS% to Women Owned Businesses, unless the smallDisadvantaged Business is also a Women Owned Business.”

7. Provision L.13.2, Section G, Item 5 is modified to readas follows:

5. Representations and Certifications (includingStandard Form 33)

B. The government hereby provides the offeror’s questionsand their related responses.

1. Section B Question.

Per Section B.3, is fee applicable to subcontracts?

Fee is not applicable to materials, regardless ofwhether these costs are incurred by the primecontractor or the subcontractor.

2. Section H Questions.

(a)In paragraph H.2(h) on page H-2, should thereference to Section “B” be “C”?

Yes, reference Part A.1 of this document for thecorrection.

(b)On page H-4, Section H.6(b) (2), is there informationmissing between the second and third lines of thisitem?

Yes, reference Part A.2 of this document for thecorrection.

3. Section J Questions.

(a) The period of performance for sample studies areexpressed in terms of days; is this to be assumed to beworking days or calendar days?

Calendar days.

(b)Regarding Sample Study #2, line three: Theexpression “mission programmatic sensors and opticssystem requirements” is confusing. Please clarify themeaning, particularly the meaning of “missionprogrammatic .“

Page 73: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

5

The word “progr.aaatic” i= the qression is

incorrectly applied and should not have been included.The resulting expression ‘mission sensors and opticssystem requirementsfl is appropriate since therequirements of the optics system are derived from thetypes of sensors to be used in the mission. (ReferencePart A.3. of this document for the correction.)

4. Section L Question.

(a)Does a company that qualifies as a SmallDisadvantaged Business need to address a goal of 5% toWomen-Owned Businesses?

Yes they should, unless the Small DisadvantagedBusiness is also Women-Owned. Reference Part A.6 forthe clarification. —.

(b)At the top of page L-II, to what does “offeror’saccounting system” refer?

This was a typographical error, reference Part A.5 ofthis document for the correction.

(c)on page L-15, G.5, the phrase “Representations and .,

Certifications (including” appears, and seems to bemissing some information. May we assume it is SF 33that is missing?

Yes, but this information is located on page L-13 ofthe RFP; please, reference Part A.7 of this documentfor the correction.

5. Miscellaneous Questions

(a)will proposers be allowed to propose NASA Centercollaboration with the funding for the NASA Centergoing directly from HQ to the NASA Center?

No. One purpose of the contract is to obtainindependent, non-advocacy assessments of NASA/JPLprograms. Therefore, it would be inappropriate for aNASA center to be involved in such an assessment.

(b)It appears that the clause entitled ‘NASA FinancialManagement Reporting” is not included in the RFP. Wasthis an intentional omission?

Yes, because 533 reports are not required.

(c)Separate composite rates for each tean member would

Page 74: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

.

(f)Will there be a bidder’s conference for thissolicitation?

No.

(g)The RFP does not mention SF1411’S in theprice/business proposal instructions. Are SF 1411’s tobe submitted in the price/business proposal?

No, they are not required.

(h)The RFP is ambiguous on the proposal formatinstructions. In the synopsis, it states that thetechnical proposal should be ‘single-spaced” with typesize not smaller than 12 point. On page L-7, the RFPspecifies “type size should be not less than 12 point

6

ensure the broadest, most qualified participation inthe task order studies at the lowest aggregate cost tothe government. Would NASA be willing to revise itslabor rate instructions accordingly?

No.

(d)The RFP does not specify whether resumes for the keypersonnel count against the page limitations. Nor doesit indicate in which volume such resumes should beplaced. Are resumes for key personnel required? If SO,will resumes for key personnel be counted against thepage limitation for the Technical volume? In whichvolume should the resumes be place?

No, resumes for key personnel are not required sincethe RFP does nob contain the clause 18-52.235-71, KeyPersonnel and Facilities. If the offeror chooses tosubmit resumes as part of its response to Subfactor A,they shall be included in the Technical Proposal andwill be included in the page limitation.

(c)Should the cost information pertaining to eachsample study be included in the technical volume witheach study plan, or should it be placed in the costvolume? ..

This information should be included in the technicalvolume; Part B of SUBFACTOR A: UNDERSTANDING THEREQUIREMENT in Section L.13.1 VOLUME I-TECHNICALPROPOSAL states that offerors shall furnish ‘a completeprice proposal showing estimated hours for each laborcategory proposed, rates (rates must be consistent withthose proposed for Attachment H, Exhibit A), and allother material costs.w

Page 75: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

i“

i

7

with a space and a half between lines, if in wordprocessing, or 2 point leading.” Please clarifywhether the technical proposal text should be presentedin single space or space and a half; also, pleaseexpand on the distinction implied in the leadinginstructions.

Reference Part

A.4 of this document” for the correction.

—.

Page 76: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

I,

Headquarters Acquisition DivisionNational Aeronautics and Space Administration

Washington, DC 20546

-.

.

.-

REQUEST FOR PROPOSALS (RFP)SPACE SCIENCE STUDIES

RFP-W-1O-8O645—.

OPENING DATE:

CLOSING TIME AND DATE: 4:OOPM, SEPTEMBER 25, 1995.

TELEPHONIC QUESTIONS WILL NOT BE ANSWERED.(SEE clause L.9 of the solicitation)

Page 77: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

1.

2.

3.

4.

5.

$-

. .

7.

8.

9.

,

:j

Request for Proposal (RFP) SynopsisSpace Science Studies

W-l C)-80645

contract Minimum: $SOO, OOOcontract Maximum: $9,599.400

Period of Perfomnance: Sixty (60) months

Contract type: A hybrid of Indefinite Delivery/IndefiniteQuantity and Time-and-Materials

Bidder Restrictions: None, Full and Open Competition

Proposal Factor Volume Requirements:

Volume Title # of coDies Paue Limitations

I. Technical 6 75---

II. Price/Business 4 N/A

Proposal Page Features - Fonts

The technical proposal must be submitted on standard 8 1/2”by 11” paper, single-spaced, w~th margins no less than one(1) inch on each side. If foldouts are included, they mustbe folded to page size with each leaf (or portion) countingas a single page. Type size shall not be smaller than 12point. When short textual annotations are included ingraphics, figures, tables and exhibits and the physicalposition of the annotation is important for understanding, atype size of 9 points is acceptable. It is not acceptableto use 9 point type for long textual passages even thoughthey may appear in exhibits.

There is no type size for the price/business: proposal.

Closing Time and Date for all questions or othercommunications: 9:OOAM August 25, 1995

Proposal Closing Time and Date:

Closing Time and Date: 4:OOPM September 25, 1995

Browse Library: The Government will make each documentreferenced in Attachment E of this solicitation availablefor viewing and photocopying, free of charge, in the NASAHeadquarters Library from 7:30am - 5:OOpm, Monday throughFriday, except Federal holidays. THESE DO Cul’lmms AREOFFICIIU GOn~ PROPERTY AND NO PORTION OF THEM SHOULDBE REMOVED FROM THE HEADQU~TERS LIB-Y.

Page 78: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

ij

10. Technical and Price/Business proposal Delivery Point:

NASA Headquarters300 E. Street, SWWashington, DC 20024-3210

Attn: Doma S. BlandingContract SpecialistCode HWCRoom: 4C35Telephone Number:Facsimile Number:

11. Bidder’s List: A copy of

(202)358-0480(202)358-3080

the current list is attached.

-.

.

—-

Page 79: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

~

Ilngela Harvell~TEC~!577 Spring Hill Road,I;uite 201!/ienna, VA 22182

jhok Sinhaf.L. Pritchard & Co. Inc.115 Wisconsin Avenue~ite #520 East~thesda, MD 20814

wrier, Lanphier, & Assoc.~siness & Government Consultants315 Wisconsin Avenuesthesda, MD 20814 . —..

.S. Luby -eneral Atomics0. 60X 85608, MS 15-208an Diego, CA 92186-9784

tpplied Research Corp.201 Corporate Drive

andover, MD 20785

:harline Johnson‘rinceton Synergetic Inc.00 State Road‘rinceton, NJ 08540

1

:ynthia Thomas\ IVI, Inc.E150 Leesburg Pike,1Uite , ~oo

~‘ienna, VA 22182

Anne MartellaMission Research Corp.735 State StreetP.O. Drawer 719Santa Barbara, CA 93102

Barbara HammondAllied Technology Group1803 Research Blvd.Suite 601Rockville, MD 20850

Brenda AkinsThe University of IowaSponsored Programs100 Gilmore HallIowa City, 1A 52242

Camilla StrausfeldThe University of Arizona1203 N. Mountain Ave.Tucson, AZ 85719

Cathie FreemanBDM Federal, Inc.1501 BDM Way, 3A214McLean, VA 22101-3204

-.

Chris BaileyQuantum Technology Services1980 North Atlantic AvenueSuite 707Cocoa Beach, FL 32931

D.G. McCauleyCanadian Commercial Corp.50 O’Connor Street, Suite 1100Ottawa, Ontario, CanadaKIA 0S6

Page 80: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

~avid Portnoy~~DC Corporation7855 Walker Dr., Suite 460~reenbelt, MD 20770

~~eborah Brightonpan Diego Univ. Foundation

E250 Campanile Dr.m. 309M

lSan Diego, CA 92182-1932

[

~

$ r. Albert OppDM Federal, Inc.

409 Third Street, SWuite 340

Washington, D.C. 20024

~Computational Physics‘2750 Prosperity Ave.Suite 600Fairfax, VA 220311

Ellen N. OvertonBartholomew Engineering301 18th Street, #20500,Los Alamos, NM 87544

~=rank Islam~2SS Group, Inc.~4920 Niagara Road, Suite 204[~ollege Park, MD 20740

\Ser~ L. Waldrop@c&l:5098 Windwood Coves Blvd.!.Mineral, VA 23117

Dawn J. VickersSPACETECBusiness Development, P.O. Drawer Y.3221 N. Aarmistead AveHampton, VA 23666

Donald BrennanOSC Corporation21700 Atlantic BoulevardDunes, VA 20166

Edward McCabeFederal Systems Group7799 Leesburg Pike

-. South Tower, 6th FloorFalls Church, VA 22043

Elizabeth M. RansonUSRA300 D Street, SW, Suite 801Washington, D.C. 20024

Francoise ArsenaultHCR Consulting Group1341 G Street N.W., Suite 600Washington, D.C. 20005

.

Gary ClemmonsTADCORPS300 7th Street SW, Suite 110Washington, D.C. 20024

Gregory DavisRoy LiMejohn Associates6856 Eastern Avenue, NWSuite 317Washington, D.C. 20012-2165

Page 81: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

1},Suy N. HirschvlcDonnell Douglas,(IC: MDC2417713100 Space Center Blvd.iouston, TX 77059-3556

‘+aivey Rice, Jr.+erospace Engineering Group000 Virginia Manor Rd.

:;uite 360;Ieltsville, MD 20705

ack Cheng[4S Technologies Corp.;8504 Office Park Drive+;aithersburg, MD 20879

ean D. B;nder~:TA Inc.~116 Executive Blvd.I uite 800~[ockville, MD 20852 .

Iohn Tope\ OVA\00 Camino Aguajito~Ionterey, CA 93940

~imberly Johnson~niversity of Kentucky!ponsored Program~)8 Kinkead HallI Sxington, KY 40506-0057

; ori Horowitz

~ CAS Inc.20 South Olive Avenue

! h FIoof

; /est Palm Beach, FL 33401

H. William Reichert, Jr.Mevatec Corporation1525 Perimeter ParkwaySuite 500Huntsville, AL 35806

Henry DethloffIntaglio, Inc.P.O. BOX 9952College Station, TX 77842

Jai V. ChokshiOptimum Engineering, Inc.4243 Northlake Blvd., Suite A

—- Palm Beach, FL 33410

John KiereinKintex, Inc.1130 E. University Dr.Suite 110Tempe, AZ 85281

Kathy FreelandRGII Technologies, Inc.200 Harry S. Truman ParkwaySuite 315Annapolis, MD 21491

Lisa BessFutron Corporation7315 Wisconsin AvenueSuite 900WBethesda, MD 20814-3202

Michael CurcioSSG, Inc.150 Bear Hill RoadWaltham, MA 02154-1045

Page 82: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

ulichael L. ConferSyscom Development, Inc.17000 El Camino Real;uite 206-iouston, TX 77058

)m P. E3ahethi, Ph.D‘;SAIi900 Princess Garden Pkwy.;uite 300.anham, MD 20706

{.W. Schunk\;pace Environment Corp.~199 North Main, Suite 325; .ogan, UT 84321

tits Mooney\NSER215 Jefferson Davis Highwayluite 800\rlington, VA 22202

~loselle HardeI ;omputer Sciences Corp. System Sciences~)ivision~061 Powder Mill Road~;alverton, MD 20705

~;hahid Ahmed, Ph. D,~30 S. Easton Road\ ‘.0. Box 475\ ;Ienside, PA 19038

f

~‘alerie Seaquist! university of Alabama in HuntsvilleI tesearch institute/Rm. E-39~Huntsville, Al_ 35899

Nora FeuersteinUnitrax1290-D Mauankea StreetSuite 412Honolulu, HI 96817-4195

Paresh Parikh, Ph.D.Paragon Research AssociatesP.O. BOX 7469Hampton, VA 23666-0469

Ray EmbreeGeneral Research Corporation1900 Gallows RoadVierma, VA 22182

Robert L. HernandezNew World Systems, Inc.12 Pierce Ave.Westford, MA 01886

Shahed SiddiquiSoftware A to Z, Inc.1776 Clear Lake AvenueMilpitas, CA 95035

Shelby ClarkBoston UniversityOffice of Sponsored Programs25 Buick StreetBoston, MA 02215

Vince J. NittiData Voice Inc.2510 Kirby Avenue, NESuite 110Palm Bay, FL 32905

Page 83: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

~

~Vanda Graupmann~cDonnell Douglas;735 Jefferson Davis Highwaylhite 1200!rlington, VA 22202

[k/il[iams. watt

Iawrence Associates Inc.~901 N. Fort Myer Dr.‘uite 8001Jington, VA 22209\

11.Kascubowski~pACETEC~21 North Armistead Ave.~ampton, va 23666

L

~

~~ri Mora

~ackson and Tuli[375 Executive Place, Suite 200

rabrook, MD 20706

1alerie Riley“enter for Aviation/Aerospace Research

1

MBRY-RIDDLE AERONAUTICAL UNIV.Iyde Morris Blvd.

~aytona Beach, FL 32114-3900g

~r.Michael Drake[mar and Planetary Lab~neUniversity of Arizona

1pace Sciences Bldg.

~~cson, AZ 85721

~nda Ramirez

10~xas A&M Research Foundationi ‘ogram Development[ O. BOX 3578\~llege Station, Texas 77843-3578

Wendy K. CulverORBITEC402 Gammon Place, Suite 200Madison, WI 53719

Tumay TurnerNOVA R&D, Inc.1525 Third St., Suite CRiverside, CA 92507

Richard HammerTeledyne Brown EngineeringP.O. Box 070007, Mail Stop 172Huntsville; AL 35807

Paula KopfScience Applications InternationalCorporation(SAIC)1710 Goodridge Drive, M/S Tower II-7-4McLean, VA 22102

Barabra MartinLSA, Inc.Crystal Gateway, Suite 13001215 Jefferson Davis HighwayArlington, VA 22202

.

Neil Gerl/P. Kirsheman3003 South State StreetWolverine Tower, Room 1058Ann Arbor, Ml 48109-1274

Dr. Surendra Nath RaySoftware Corporation of America4601 Presidents Drive, Suite 350Lanham, Ma@and 20706

Page 84: NASA R21Els.El...J,j . W-10-80645 PART I-THES CHEDULE SECTION B - SUPPLIES OR SERVICES ~ PRICES/COSTS SECTION B B.1 CONTIU4CT LINE ITEM NUMBERS (CLIN) CLIN 1000 CLIN 2000 B.2 PRICES

~Heather Tomashek~Grant& Contract Administrator‘Office of Research and Sponsored Programs,

AD 242, SUNY-BinghamtonBinghamton, NY 13902-6000

,