Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
SOLICITATION NOTICE

B -- LITHIUM ION CELL EXAMINATIONS

Notice Date
10/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ10308074Q
 
Response Due
10/28/2009
 
Archive Date
10/13/2010
 
Point of Contact
Rhiannon Diaz, Contract Specialist, Phone 281-244-6708, Fax 281-244-5331, Email Rhiannon.Diaz@nasa.gov - Ann E. Bronson, Contracting Officer, Phone 281-483-9889, Fax 281-244-5331, Email ann.e.bronson@nasa.gov
 
E-Mail Address
Rhiannon Diaz
(Rhiannon.Diaz@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 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 Lithium Ion CellExaminations (see attached statement of work(SOW)) at http://procurement.jsc.nasa.gov/NNJ10308074Q/SOW_Cell-Exam.doc The provisions and clauses in the RFQ are those in effect through FAC 2005-36.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA/Johnson Space Center is required within 10 months ARO. Delivery shall beFOB Destination.Offers for the product/service described above are due by 2:00 pm CST time on October 28,2009 to Rhiannon Diaz at rhiannon.diaz@nasa.gov and must include, solicitation number,FOB destination to this Center, proposed delivery schedule, discount/payment terms,warranty duration (if applicable), taxpayer identification number (TIN), identificationof any special commercial terms, 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 (JUNE 2008), 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 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (SEP 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.225-1, 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.htm All contractual and technical questions must be in writing (e-mail) to Rhiannon Diaz atrhiannon.diaz@nasa.gov not later than 2:00 pm CST on October 21, 2009. Telephonequestions will not be accepted.Selection and award will be in accordance with FAR 52.212-2 (JAN 1999) with theevaluation factors listed below. Each proposal shall be evaluated for technical acceptability in meeting all SOWrequirements. Once found technical acceptable, it will be evaluated on the basis oftechnical merit, past performance, price, and following critical factors:1. Technical rationale supporting that the offeror has the experience and capabilitiesnecessary to perform the tasks specified in the SOW on Li-ion cell designs nearly aslarge as those specified in the SOW. 2. Technical rationale supporting that the offeror can perform the CT scans on the Li-ioncell designs specified to the detect defects on the scale of 70 m.3. Technical rationale supporting that the offeror can perform the cell cross-sectionswithout distorting cell components and polished sufficiently to allow optical and SEMphotos that allow particle distribution of the electrode active materials. 4. Relevant qualifications and experience on similar efforts of the personnel proposed tomanage and perform this cell production for NASA.5. Demonstration of measures taken to mitigate schedule risk and/or better the scheduleas set out by the statement of work without compromising the technical integrity of thework required.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that theproduct/service offered meets the Government's requirement. It is critical that offerorsprovide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).Technical acceptability and Past Performance, when combined, are significantly moreimportant than price.Offerors must include completed copies of the provision at 52.212-3 (AUG 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.These representations and certifications will be incorporated by reference in anyresultant contract.An ombudsman has been appointed -- See NASA Specific Note "B".Prospective offerors shall notify this office of their intent to submit an offer. Theoffer shall be limited to 25 pages. Any pages in excess of this page number limitationwill not be included as part of the Governments evaluation. The offeror shall price the base work separate from Option 1 and Option 2.The offeror shall price Option 1A Option 1F independently. The offeror shall price Option 2A Option 2F independently, except that if 1A and 1B isselected, both sites shall be audited in the same trip.It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potentialofferors will 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
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10308074Q/listing.html)
 
Record
SN01984253-W 20091015/091013234356-bbb9ac139aeea3fbf3c0d5d2904178cc (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 |
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.