SOLICITATION NOTICE
A -- TVC HYDRAULIC FLUID MANIFOLD ASSEMBLY
- Notice Date
- 5/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC08ZCH026Q
- Response Due
- 6/6/2008
- Point of Contact
- Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-2480
- E-Mail Address
-
Syreeta.J.Stewart@grc.nasa.gov
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation; offers are being requested and awritten solicitation will not be issued. This procurement is not set aside for smallbusiness. This notice is being issued as a Request for Quotations (RFQ) for the HYDRAULIC FLUIDMANIFOLD ASSEMBLY. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 333611 andthe Small Business Size Standard is set at 1000 employees. The offeror shall state intheir offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Building 21, Cleveland,Ohio 44135. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described in the attached specifications are due June 6, 2008, toSyreeta Stewart 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, DUNS number, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference, and the attached RFQresponse instructions. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. The addenda to FAR 52.212-4 is as follows: Clause 52.227-14 Rights in Data-General (AltII) applies, and the following is inserted into the Limited Rights Notice outlining thepurposes for which the government will use the proposal data: "Hamilton Sundstrand is theUpper stage prime contractor (USPC) for the Thrust Vector Control (TVC) system for theARES I launch vehicle. The USPC will be responsible for the flight production TVCsystem/hardware. They currently have a small team that is co-located at NASA GRC tosupport the transitioning of the TVC system/hardware from development hardware to flightproduction hardware. Hamilton Sundstrand must be aware of what TVC hardware NASA isprocuring during this RFQ to support the development testing as they will ultimately haveresponsibility for the flight production version of the hardware. The successful offerormust, as a condition of award, agree that Hamilton Sunstrand (HS) will have access to thesuccessful offerors RFQ information solely for use in assessing this information for thepurpose of transitioning the TVC system/hardware from development hardware to flightproduction hardware and subject to a prohibition of further disclosure by HS. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference. See original synopsis for URL links to FAR full text of theseclauses: http://www.acquisition.gov/far/current/html/52_212_213.html#wp117952752.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and(3)).52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C.632(a)(2)). 52.222-3 Convict Labor (June 2003)(E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity(Mar 2007) (E.O. 11246).52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec2004) (E.O. 13201).52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on CertainForeign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by theOffice of Foreign Assets Control of the Department of the Treasury).52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html 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 SyreetaStewart, syreeta.j.stewart@nasa.gov, (216) 433-2480, not later than TBD COB. Telephonequestions will not be accepted. Selection and award will be made on an aggregate basis for all items, to that offerorwhose offer meets the attached specifications, and is the most advantageous to theGovernment, with consideration given to the factors of proposed technical merit,delivery, price, and past performance. More detail on these evaluation factors iscontained in the attached "Manifold RFQ Response Instructions." Technical merit will bedetermined by information submitted by the offeror providing a description in sufficientdetail to show that the product offered meets the Government's requirement (seespecifications attached) and the extent to which product modifications would be requiredto meet future additional flight requirements (also attached). It is critical thatofferors provide adequate detail to allow evaluation of their offer. See attachment forspecific RFQ response instructions. (SEE FAR 52.212-1(b)). Technical merit and deliveryare essentially equal in importance and will be weighed more than price and pastperformance in the selection process. Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=20e944a743f4f441a9111b53cc860e82&tab=core&_cview=1)
- Record
- SN01573819-W 20080517/080515215904-3bd38a5162ae5d1354cea77209c375ca (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |