SOLICITATION NOTICE
99 -- ORION CREW AND SERVICE MODULES MODEL WITH BASE
- Notice Date
- 6/9/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK08252410Q
- Response Due
- 6/20/2008
- Archive Date
- 6/9/2009
- Point of Contact
- Marcus C Orr, Contract Specialist, Phone 321-867-0849, Fax 321-867-1188
- E-Mail Address
-
Marcus.C.Orr@nasa.gov
- Small Business Set-Aside
- Total Small Business
- 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 onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for two (2) 1/12 scaleOrion Crew and Service Modules Model with Base. MODEL DIMENSIONS: The model must be 1/12 scale of the Orion Crew and Service Module(refer to attached sketch by selecting the following link:http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76).Width across solar panels(distance from top of left panel to bottom of right panel): 54 inches.Solar panels willbe rigidized for increased durability.Capsule diameter: 16 inches. Capsule length: 33inches. The capsule will be made of fiberglass, aluminum, and plexiglass. BASE DIMENSIONS: 34-inch diameter aluminum disc with 3-pole aluminum model support. OTHER REQUIREMENTS: Total display shall be 70 inches tall with a 34-inch diameter at baseand use realistic paint and finishes. Base shall be welded aluminum with black finish. Model shall be made of fiberglass, aluminum, and other mixed media. 1/12 Scale figureshall be included and mounted to the base. Model shall be designed for interior publicviewing, classroom activities, and other learning initiatives.The provisions and clauses in the RFQ are those in effect through FAC 2005-25. 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 339999 and500 employees respectively. The offeror shall state in their offer their size status forthis procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Kennedy Space Center is required within 75 days ARO. Delivery shall beFOB Destination.The DPAS rating for this procurement is DO-C9.Offers for the items(s) described above are due by June 20, 2008 at 1400 ET toMarcus.C.Orr@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml All contractual and technical questions must be in writing (e-mail or fax) toMarcus.C.Orr@nasa.gov not later than June 13, 2008, 1000 ET. Telephone questions willnot be accepted.Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructionsto Offerors-Commercial Items, which is incorporated by reference. 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.FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-13, 52.232-34.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.htmSelection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in SUFFICIENT DETAIL to show that the productoffered meets the Government's requirement. 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=76.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=950fc8752be7eae4cf757a36f5d8052a&tab=core&_cview=1)
- Record
- SN01589102-W 20080611/080609215234-646ad780d910c9a9093e97d6c1523990 (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 |