SOLICITATION NOTICE
71 -- FIRING ROOM CONSOLE ENCLOSURE FOR LCS
- Notice Date
- 3/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK09280440R
- Response Due
- 4/10/2009
- Archive Date
- 3/13/2010
- Point of Contact
- Rogelio Curiel, Contract Specialist, Phone 321-867-7498, Fax 321-867-2825, - Roger A. MacLeod, Contracting Officer, Phone 321-867-2879, Fax 321-867-2922, />
- E-Mail Address
-
rogelio.curiel-1@nasa.gov, roger.macLeod-1@ksc.nasa.gov<br
- 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 Proposal (RFP) for the design, construction,delivery and assembly of the next generation command and control console enclosure forthe KSC Launch Control System (LCS) as per the specifications provided.See attached RFP for quantities and delivery information.The provisions and clauses in the RFP are those in effect through FAC 2005-30.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 337214 and500 (number of employees) respectively. The offeror shall state in their offer theirsize status for this procurement.All responsible sources may submit an offer which shall be considered by the agency.The Government intends to award with an all or none basis, therefore, offerors mustpropose on all items; partial quotes will not be accepted.All parts of this solicitation (fixed price and IDIQ portions) will be awarded under asingle award basis. Multiple award delivery orders are not applicable.Delivery and installation of item 001 described in section B of the RFP shall be made tothe Kennedy Space Center, and is required within 10 weeks after 90% Design ReviewApproval. Delivery shall be FOB Destination.Offers for the items(s) described above are due by April 10, 2009 to:NASA John F. Kennedy Space CenterProcurement Office Mission Support, Mail Code: OP-MSAttention: Rogelio Curiel, Kennedy Space Center, FL 32899 Electronic submission of proposal via email is not accepted. The proposal must include,solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration, cage code, identification of any specialcommercial terms, other requirements as specified in the RFP and be signed by anauthorized company representative. Offerors are encouraged to use the Standard Form1449, Solicitation/Contract/Order for Commercial 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 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 is shown in the RFP.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 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (FEB 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the clauses identified in section Iof the RFP are incorporated by reference.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 RogelioCuriel (Rogelio.Curiel-1@nasa.gov) not later than March 25, 2009. Telephone questionswill not be accepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with the followingevaluation factors: Technical Capability, Experience/Past performance and Price. Technical Capability will be determined by review of information submitted by the offerorwhich must provide a description in sufficient detail to show that the product offeredmeets the Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (FEB 2009), 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 or in section Kof the RFP. These representations and certifications will be incorporated by reference inany 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 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 offerorswill be responsible for downloading their own copy of this combinationsynopsis/solicitation and 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=d97d2118098f311f163b546d6c216adb&tab=core&_cview=1)
- Record
- SN01768649-W 20090315/090313215353-a88afec9dce0ac3e55859a3147dde41e (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 |