Thermal Analysis Services
The Jet Propulsion Laboratory (JPL) invites your organization to submit a written Cost Type proposal in conformance with the instructions contained in this letter and its enclosures, which comprise the RFP for JPL s acquisition of the subject effort. This is a Small Business Set Aside per Attachment A-6.
This RFP does not commit JPL or the Government of the United States to pay any costs incurred in submitting your proposal. Proposers participate in this RFP process solely at their own risk and expense. JPL reserves the right to cancel this RFP and to reject any or all proposals.
For small businesses participating in this RFP, the APEX Accelerators can provide guidance to small businesses in Government Contracting and other free services such as counseling, training, workshops, etc.
APEX website: www.apexaccelerators.us
An additional resource for small businesses is the Small Business Development Center (SBDC). The SBDC program is the SBA s largest small business development program and offer free services as well.
SBDC Website: https://pcrsbdc.org/
Please refer to RFP Attachment A-6 Notice of Small Business Set-Aside. The North American Industry Classification System (NAICS) code and description for this acquisition is 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), Exception 3: Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts. The size standard for this NAICS code is 1,300 employees. Additional information can be found here: https://www.sba.gov/document/support-table-size-standards.
JPL has not yet received funding to support this acquisition and anticipates, but cannot guarantee, that funding will be forthcoming. This RFP is being issued at this time in order to maintain project schedule and to allow for timely award of a subcontract if the anticipated funding arrives in a timely fashion.
Submit your proposal by email to the undersigned.
In compliance with RFP Attachment A-17 Proposer Accounting System and Cost Accounting Standards Coverage & Disclosure Statement Information and A-20 Evidence of Adequacy of Accounting System, the proposer shall provide one or more of the following documents:
- t
- A Defense Contract Audit Agency (DCAA) accounting system certification.
- t
- A third-party accounting system certification (e.g., another government agency or prime contractor).
- t
- A letter from the proposer s accounting firm stating that the firm approves of the adequacy of the proposer s accounting system for accumulating costs under a cost reimbursement subcontract.
Please note that your proposal is due at JPL no later than April 23rd, 2025, 3:00 p.m. (Pacific Time). Attachment A-14 Past Performance is due as soon as possible, preferably by April 12th, 2025, by 3:00 p.m. (Pacific Time). At the time you respond to Attachment A-14, please state in an email if your company has a facility clearance, for information purposes only. This information will not be considered in the evaluation and selection process.
All questions made to JPL after the official RFP release date must be received via email. The questions and answers will be posted on the RFP website: https://acquisition.jpl.nasa.gov/opportunities/. The questioner will remain anonymous. This website will contain the RFP and a continually updated set of all questions and answers pertaining to the RFP, in the form of an addendum.
Note: JPL intends to award multiple Cost Reimbursable Type Subcontracts in this initial study phase, see General Instructions 3.2 below.
Failure to provide any of the data requested in this RFP may render the proposal nonresponsive.
By no later than April 12th, 2025, as a convenience to JPL, provide to the undersigned, an email statement that you do or do not intend to submit a proposal.
Should you have any questions, please address them to the undersigned by email.
Sincerely,
Megan E. Lagace
Subcontracts Manager
Phone No.: (626) 213-1113
E-mail: [email protected]
Attachments:
RFP consisting of:
Cover Sheet and Table of Contents
General Instructions
Technical/Management Instructions
Cost/Price Instructions
RFP Attachments
Standard Subcontract consisting of:
Standard Subcontract
Referenced Exhibits
Referenced GPs & AGPs
Subcontract Form Set
GENERAL INFORMATION
Note to all Proposers:
Under the JPL/NASA Prime Contract the California Institute of Technology (Caltech) operates the Jet Propulsion Laboratory (JPL). JPL is a Federally Funded Research and Development Center (FFRDC) funded by NASA that conducts research and development in space science and other science areas specified or approved by NASA. See FAR 35.017 for description of FFRDC. JPL is also the name of an unincorporated subdivision of Caltech a private non-profit educational institution chartered under the laws of the State of California. JPL is not an agent of the Government.
In connection with research performed under JPL/NASA Prime Contract, JPL is frequently called upon to obtain and evaluate cost or pricing data submitted by subcontractors as required by FAR 15.402, 15.403-4(b) and 15.404-2(a). JPL is authorized to obtain proposal evaluations and rates and factors from either the Defense Contract Management Agency (DCMA) or the appropriate contract administrative/audit activities as necessary to evaluate a prospective subcontractor s proposal.
Solicitation in a Nutshell
Item |
Details |
---|---|
Agency | National Aeronautics And Space Administration |
Solicitation Number | MEL-2664-09192024 |
Status | Post-RFP |
Solicitation Date | 03/26/2025 |
Award Date | N/A |
Contract Ceiling Value | N/A |
Competition Type | Small Bus Set-Aside |
Type of Award | N/A |
Primary Requirement | Space Vehicles |
Duration | N/A |
Contract Type | Solicitation (Original) |
No. of Expected Awards | N/A |
NAICS Code(s): | 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) Size Standard: 1000 Employees except 1500 Employees for Aircraft, Aircraft Engine and Engine Parts, 1250 Employees for Other Aircraft Parts and Auxiliary Equipment and 1300 Employees for Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts |
Place of Performance: |
|
Opportunity Website: | https://sam.gov/opp/fd291215819342c597de54f9705617e9/view |
How can GDIC Help?
As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.
Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.