Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2003 FBO #0567
SOLICITATION NOTICE

J -- LEARJET AVIONICS UPGRADE

Notice Date
6/17/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3I-04
 
Response Due
6/24/2003
 
Archive Date
6/17/2004
 
Point of Contact
Kurt A. Straub, Contracting Officer, Phone (216) 433-2769, Fax (216) 433-2480, Email Kurt.A.Straub@grc.nasa.gov
 
E-Mail Address
Email your questions to Kurt A. Straub
(Kurt.A.Straub@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as an RFQ for the upgrade of NASA Glenn Research Center Learjet Avionics upgrade per the attached Specifications. The provisions and clauses in the RFQ are those in effect through FAC 01-03. The NAICS Code and the small business size standard for this procurement are 335412, and 1000 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to 20 working days days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by June 24, 2003, at 4:30 pm Eastern Time to NASA Glenn Research Center, Attn Kurt A. Straub, Mail Stop 500-306, 21000 Brookpark Road, Cleveland, Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, Cage Code, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (June 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: To be determined by negotiation. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to The Contracting Officer at Kurt.A.Straub@nasa.gov not later than Thursday, June 19, 2003. Telephone questions will not be accepted. The following elements are required for any successful submission pursuant to this acquisition. 1. A signed copy of the representations and certifications. 2. Signed cover page to contract NAS3-03118. 3. Filled-in prices for the following items: Firm-Fixed price for the Avionics upgrade per the SOW, and a fully-burdened hourly labor rate for any unscheduled work that should arise upon inspection. 4. Copies of all FAA certifications with respect to being a certified repair station. A cover letter stating the prices for the avionics upgrade, and the fully-burdened hourly labor rate for the unscheduled work, on company letterhead, and stating any exceptions taken to the attached terms and conditions for NAS3-03118. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: 1. Delivery within 15-20 Workdays. 2. Contractor must be an FAA certified repair station. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106228)
 
Record
SN00349917-W 20030619/030617213826 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.