SOLICITATION NOTICE
66 -- THERMOCOUPLES FOR CEV TPS TESTING
- Notice Date
- 11/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA103106227Q
- Response Due
- 11/24/2009
- Archive Date
- 11/6/2010
- Point of Contact
- Christine M Benavides, Purchasing Agent, Phone 650-604-5807, Fax 650-604-0932, Email christine.m.benavides@nasa.gov - Rachel Khattab, Contracting Officer, Phone 650-604-5237, Fax 650-604-0932, Email rachel.khattab@nasa.gov
- E-Mail Address
-
Christine M Benavides
(christine.m.benavides@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 310 R type and 500 Ktype thermocouples (TCs), produced in accordance with the attached specifications/SOW, tosupport the continued testing and development of the Crew Exploration Vehicle (CEV)Thermal Protection System (TPS) heat shield. The heat shield protects the space vehicleand its occupants during re-entry into the Earths atmosphere. NASA has been conducting testing and evaluation of TPS ablative heat shield materials forCEV over the past several years. To date, Conax Technologies LLC has been the solesupplier of TCs for CEV TPS testing. Test data produced by the TCs currently beingpurchased must be consistent with CEV TPS test data generated previously. The provisions and clauses in the FAC 2005- 37. 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 334513 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 requirements are stated in the attached specifications/SOW. Delivery shall beFOB Destination.Written offers/quotes must include 5 sample R type and 5 sample K type TCs that conformwith the attached specifications. These sample TCs will be evaluated for constructionand quality assurance, and will be returned to offerors after selection and award. Offers for the items(s) described above (both the written quote and the sample TCs) aredue by 4:30 PST November 24, 2009 and should be sent to Christine M. Benavides, NASA AmesResearch Center, M/S 241-1/207, Moffett Field, CA 94035-1000. Offers 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, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,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.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 2008), Contract Terms and Conditions Required To Implement Statutesor Executive Orders-Commercial Items is applicable and the following identified clausesare incorporated by reference: FAR 52.222-50, 52.233-3, 52.233-4, 52.222-3, 52.222-19,52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-16, 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 following NASA FAR clauses will be incorporated into any resultant contract: NASA FAR1852.215-84 Ombudsman; NASA FAR 1852.223-72 Safety and Health (Short Form); NASA FAR1852.237-73 Release of Sensitive Information; NASA FAR 1852.225-70 Export Licenses. 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 ChristineM. Benavides not later than November 13, 2009.Telephone questions will not be accepted.Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. Other critical requirements as stated above shall also beconsidered. It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)).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://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. Offerorsare encouraged to enter their representations at the Online Representations andCertifications Application (ORCA) website: https://orca.bpn.gov/. These representationsand certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B".It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://nais.msfc.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Information about major upcoming ARC procurement actions is available athttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA103106227Q/listing.html)
- Record
- SN01999851-W 20091108/091106235931-b6a8097f947a91f841b1d171012438d4 (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 |