SOLICITATION NOTICE
J -- IMPLEMENT REDUCED VERTICAL SEPARATION MINIMUMS (RVSM) FOR LEAR JET MODEL 25 S/N 035
- Notice Date
- 12/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC05092237Q
- Response Due
- 12/10/2004
- Archive Date
- 12/3/2005
- 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 a Request for Quotations (RFQ) to provide material, services, labor and documentation required to implement Reduced Vertical Separation Minimums (RSVM) and comply with FAA requirements as outlined in the RFQ Statement of Work. The provisions and clauses in the RFQ are those in effect through FAC 01-25. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The NAICS Code and the small business size standard for this procurement are 336413 & 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All qualified responsible sources may submit an offer which shall be considered by the agency. Completion of all work is required by January 25, 2005. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by December 10, 2004 by 4:00 PM EST to Glenn Research Center, ATTN: Kelly Boos MS 500-306, 21000 Brookpark Rd, Cleveland, OH 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), Cage code, quantity, unit price, extended price, identification of any special commercial terms, Representations and Certifications (52.212-3) and be signed by an authorized company representative. Missing information delays award and may disqualify company from consideration. Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, which is incorporated by reference 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 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: SEE ATTACHED TERMS AND CONDITIONS (MODEL CONTRACT) FAR 52.212-5 (oct 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: SEE ATTACEHD TERMS AND CONDITIONS (MODEL CONTRACT) 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 Kelly Boos (Kelly.J.Boos-1@nasa.gov) not later than December 9, 2004 at 4:00 PM EST. Telephone questions will not be accepted. All Offerors must submit the following pursuant to this solicitation: 1.Signed 1449 cover page for Contract NNC04CB46C, (SEE ATTACHED MODEL CONTRACT DOCUMENT. 2.Signed Commercial Representations and Certifications-Commercial Items, 3.Filled in terms and conditions for Contract NNC05QA11P, containing a fixed price 4.Copies of all certifications from FAA with respect to the required work to be performed, and industry standard. The Statement of Work is contained in the attached MODEL CONTRACT NNC05QA11P. Award will be based upon the overall best value to the Government among those offers that meet the technical requirements (SEE MODEL CONTRACT STATEMENT OF WORK (ATTACHED).Consideration will be given to the factors of technical merit, total price, and past performance. (Offerors shall provide a summary of their firm that includes how many years they have furnished the same or similar service required in the last 2 years.) Other critical requirements (i.e. delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes technical merit, total price and past performance are essentially equal in importance. Best value will be an important consideration in selection. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see ATTACHED MODEL CONTRACT for technical requirements) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b) and its amendment above). Best Value Criteria (BVC): The following will be BVC considerations: 1. Offeror having significant expertise in Learjet Model 25 S/N 035 through demonstration of past performance of RSVM in other agency (Governmental or non-Governmental) contracts. 2. Offeror's ability to commence work soon after date of contract and complete all effort by January 25, 2005. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)(4)). 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of contract or purchase order. Register at http://www.ccr.gov An ombudsman has been appointed -- See NASA Specific Note "B". 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=D&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#113559)
- Record
- SN00716806-W 20041205/041203212248 (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 |