Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

B -- ASSESSMENT OF NASA SHUTTLE LOGISTICS DEPOT (NSLD) AVIONICS LAB SPECIAL TEST EQUIPMENT

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
04-KKM-NSLD
 
Response Due
2/24/2004
 
Archive Date
2/12/2005
 
Point of Contact
Regina M Clifton, Contract Specialist, Phone (321) 867-8123, Fax (321) 867-2825, Email regina.m.clifton@nasa.gov - Teri N. Jackson, Contract Specialist, Phone (321) 867-1097, Fax (321) 867-2825, Email Teri.N.Jackson@nasa.gov
 
E-Mail Address
Email your questions to Regina M Clifton
(regina.m.clifton@nasa.gov)
 
Description
NASA/KSC has a requirement for an Assessment of NASA Shuttle Logistics Depot (NSLD) Avionics Lab Special Test Equipment. 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; quotes are being requested and a written solicitation will not be issued. Potential offerors must provide a proposal describing their capabilities to perform the services required for the attached Statement of Work (SOW) entitled, ?Assessment of NASA Shuttle Logistics Depot (NSLD) Avionics Lab Special Test Equipment. At a minimum, the proposal must include the offerors? capabilities and qualifications, past performance on similar or related assessments, and a detailed cost budget needed to perform the assessment. The offerors? capabilities and qualification documentation shall include an organizational chart showing the project personnel hierarchy, resumes of key personnel and years of related experience. In addition to repair and maintenance capabilities, the offeror will describe to what extent they have board level redesign, reverse engineering, and emulation capabilities. If the offeror uses other sources to support these capabilities, they will provide details associated with this support. For the opportunity to view the conditions and location of the Special Test Equipment (STE), the Government will provide a site visit to all potential offerors on Thursday, February 19, 2004, at 9:00 a.m. Eastern Standard Time. No oral questions will be addressed during the site visit. All interested parties for the site visit must submit the following information: 1)Full name, 2) Business name and address, 3) Country citizenship, to Regina Clifton no later than 8:00 a.m. Eastern Standard Time on Tuesday, February 17, 2004. Clifton?s contact information is listed below. Directions will be supplied after receiving the requested information. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) under FAR Part 13. The provisions and clauses in this Request for Quote (RFQ) are those in effect through FAC 2001-19, PIC 04-03, and PN 97-91. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 541519 and $21,000,000.00, respectively. The quoter shall state in their quotation their size status for this procurement. All questions regarding this acquisition must be submitted in writing no later than 4:00 p.m. Eastern Standard Time, February 19, 2004 to Regina M. Clifton via email at Regina.M.Clifton@nasa.gov or fax at 321-867-2825. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Proposal are due by 4:00 p.m. Eastern Standard Time, Tuesday, February 24, 2004 and may be submitted via mail, email or fax (email preferred). Contact information is as follows: MAIL: John F. Kennedy Space Center/NASA, Mail Code: OP-MS, Attn: Regina M. Clifton, Kennedy Space Center FL 32899; EMAIL: regina.m.clifton@nasa.gov and FAX: 321/867-2825 Attn: Regina M. Clifton. All responses should include the following information: 1. Solicitation number. 2. Company name, address, Point of Contact, email, and fax. 3. Completed Representation and Certifications signed by an authorized company representative. 4. Taxpayer identification number (TIN). 5. Commercial and Government Entity (CAGE Code). 6. Identification of any special commercial terms. Selection and award will be based on best value to the Government. Consideration will be given to the factors of past performance, technical capability, and total price. Multiple awards will be determined after reviewing the quotes. Quoters shall provide the information required by FAR 52.212-1. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.247-34. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.225-13, 52.225-16, 52.52.232-34. NFS 1852.223-72 is applicable. 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 An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). See Note 1. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#108958)
 
Record
SN00521825-W 20040214/040212213213 (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.