Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

56 -- REMOVABLE ELECTROMAGNETIC SHIELD DOOR ASSEMBLY

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10336733Q
 
Response Due
6/10/2010
 
Archive Date
5/12/2011
 
Point of Contact
Scott D Haumesser, Contract Specialist, Phone 216-433-6195, Fax 216-433-2480, Email scott.d.haumesser@nasa.gov
 
E-Mail Address
Scott D Haumesser
(scott.d.haumesser@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 by FAR Part 13, withadditional information 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 one removableElectromagnetic Shield Door Assembly.A removable, EM shield door assembly is requiredto provide ingress and egress of personnel, support equipment and electricalfeed-throughs through the Door 5 entry point. The EM shield door assembly will only beinstalled and used during EM testing and will not be used during any vacuum testing.A. SPECIFICATIONSSee attached specifications and drawingsB. DELIVERY SCHEDULEDelivery to NASA Plum Brook Station, 6100 Columbus Avenue, Sandusky, Ohio 44870 isrequired within 45 days from the award date. Delivery shall be FOB Destination.The schedule from the award date will be as follows: Award Date (AD) +0, DrawingsSubmitted AD+10 days, Drawing Approval AD + 20 days, Delivery AD+45 days.C. SPECIAL INSTRUCTIONS1.Drawings and Documentation1.1.The drawings provided herein are Concept drawings and not production drawings.1.2.(1) paper copy of each concept drawing listed herein will be made available tothe awardee.1.3.The awardee shall deliver the production (As Built) drawings to the Governmentwith Unlimited Rights in accordance with the clause 52.227-14 attached hereto.2.Awardee Access to the Jobsite2.1.If at any time during the construction of the EMS Door, the contractor deems itnecessary to examine the existing door frame, the contractor shall give one day advancednotice to the Plum Brook Facilities Manager; Debbie Millard PH: 419-621-3321.2.2.The Plum Brook Facilities Manager will provide a meeting time and place andescort the contractor to the jobsite.2.3.The available days and times for the jobsite examination will be Monday thruFriday between the hours of 8:00am and 4:30pm EST. D. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable.FAR 52.212-4 (a) is amended to read as follows: Inspection/Acceptance. (1.) The Contractor shall only tender for acceptance those items that conform to therequirements of this contract. The Government reserves the right to inspect or test anysupplies or services that have been tendered for acceptance. The Government may requirerepair or replacement of nonconforming supplies or reperformance of nonconformingservices at no increase in contract price. If repair/replacement or reperformance willnot correct the defects or is not possible, the Government may seek an equitable pricereduction or adequate consideration for acceptance of nonconforming supplies or services.The Government must exercise its post-acceptance rights (1) Within a reasonable time after the defect was discovered or should have beendiscovered; and (2) Before any substantial change occurs in the condition of the item, unless the changeis due to the defect in the item.(2.) Drawings and Data Required for Approval(a) Within (10) calendar days after date of award of contract, the Contractor shallsubmit for approval copies of drawings and data. This information shall be furnished in:(3) complete sets of paper drawings, and PDF files of the drawings on a CD.(b) Should any of the drawings or data covered by paragraph (a) above be revised by theContractor subsequent to submittal but prior to return by the Government, copies of therevised documents shall be promptly submitted with revisions clearly identified.(c) All Contractor submittals shall be accomplished by (1) transmittal letter anddrawings identifying the material submitted and the contract number, and addressed to: NASA Glenn Research CenterAttention: John KolaczM/S: 86-521000 Brookpark Rd.Cleveland, OH 44135 (1) copy of the transmittal letter identifying the material submitted and thecontract number, and shall be mailed to:NASA Glenn Research CenterAttention: Scott Haumesser M/S: 500-31921000 Brookpark Rd.Cleveland, OH 44135(d) Within (10) calendar days after receipt of the aforementioned drawings and/or data,(1) copy of each submittal will be returned to the Contractor by the Government markedApproved, Disapproved, or Approved as Noted. In the event the Government requiresadditional time in excess of the (10) days specified in this paragraph, the contractdelivery date shall be extended a corresponding number of days.(e) Drawings and data returned to the Contractor not fully approved shall be correctedand returned to the Government within (5) calendar days after receipt by the Contractor. (f) Approval by the Government, pursuant to this Clause, shall not be construed ascomplete approval, but will indicate only that the general method of construction and/ orfabrication and detailing is satisfactory. Approval of such drawings or data will notrelieve the Contractor of the responsibility for any error which may exist. In the eventthat drawings or data marked Approved or Approved as Noted reflect information whichis not in full conformance with the contract specifications, the Contractor shall notifythe Contracting Officer immediately, since any approval of drawings or data is to beconstrued as a change in specifications.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644).52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.223-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222.21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-50, Combatting Trafficking in Persons (Feb2009)52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d).52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control ofthe Department of the Treasury). 52.232-33, Payment by Electronic Funds TransferOther than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Other clauses that apply: 52.227-14, Rights in DataGeneral (Dec 2007)NASA FAR Supplement (NFS) clauses that apply:1852.223-72 Safety and Health (Short Form) (APRIL 2002) 1852.215-84 Ombudsman (OCTOBER 2003)The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm E. SOLICITATION INSTRUCTIONS1) Amend paragraph (b)(4) to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (June2008) by adding the following subparagraph:The offerors proposal shall address all aspects of the specifications with enoughdetail to evaluate the offerors understanding of the requirements and their proposedfabrication methodology in order to determine that they will meet all the requirements. The offer shall contain preliminary sketches and preliminary parts listing of the doorand assembly and discuss the methodology by which they propose fabrication of the door. Besides the general fabrication methodology, specific information to be included in theproposal shall consist, as a minimum, of:Information, sketches, and preliminary materials listing specifically addressing therequired shielding performance and the ease of door assembly and disassembly.Description of how the contractor will verify and line up the door to the 58 holes aroundthe frame (spec 2.2.2).Description including any sketches for the design of the door ramp subassembly.2) SITE INSPECTIONA site inspection visit is scheduled for 11:00 am (Local Time) on 03/JUN/2010. Participants will meet at the Plum Brook Station Space Power Facility (SPF) Room 116. NASA Plum Brook Station is located at 6100 Columbus Avenue, Sandusky, Ohio 44870All interested offerors are urged and expected to inspect the site where constructionservices are to be performed and to satisfy themselves regarding all general and localconditions that may affect the cost of contract performance, to the extent that theinformation is reasonably obtainable. In no event shall failure to inspect the siteconstitute grounds for a claim after contract award.The site will NOT BE OPEN FOR INSPECTION AT ANY OTHER TIME, unless authorized byamendment to this solicitation. All interested offerors are required to sign - in at the Plum Brook main gate at least 30minutes prior to the site showing. All offerors are required to have a VALID Ohio StateIdentification with picture or two forms of identification, one of which shall be apicture identification, in order to sign in at the NASA Plum Brook Station Main Gate. Company representation shall be limited to a maximum of two (2) people. Companyrepresentatives shall be U.S. Citizens. Companies are required to e-mail the names of the persons that will be attending the siteshowing to scott.d.haumesser@nasa.gov by May 20, 2010.3) The provisions and clauses in the RFQ are those in effect through FAC 2005- 40 Thisprocurement is a total small business set-aside. See Note 1.4) This procurement is a total small business set-aside. See Note 1. 5) The NAICS Code and the small business size standard for this procurement are 332321and 500 respectively. The offeror shall state in their offer their size status for thisprocurement.6) All responsible sources may submit an offer which shall be considered by the agency.Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order forCommercial Items form attached to this solicitation. Fill in Block 17a including CAGEand DUNS codes and sign the form.7) Offers for the items(s) described above are due by June 10, 2010 4:30pm local time(DST) and must be mailed to NASA Glenn Research Center, 21000 Brookpark Rd. Cleveland,Ohio 44135, Scott Haumesser MS 500-319, or emailed to scott.d.haumesser@nasa.gov and mustinclude the information required by FAR 52.212-1 (JUNE 2008), Instructions toOfferors-Commercial Items, which is incorporated by reference.Some of these are:solicitation number, FOB destination to the delivery location, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNSidentification number, Representations and Certifications, identification of any specialcommercial terms, your offer with description of items offered per 52.212-1 (and asmodified), and the offer shall be signed by an authorized company representative. Faxedoffers are not acceptable.8) Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov.9) 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.F. EVALUATION AND AWARDEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made to the lowest priced, technically acceptable offeror, with an acceptablefabrication ability and who has identified risks and mitigation procedures and hasacceptable past performance. Technical acceptability will be determined by a review ofthe information submitted by the offeror providing a description in sufficient detail toshow that the product offered meets the Government's requirement (see specificationsabove). It is critical that offerors provide adequate detail to allow evaluation oftheir offer. (SEE FAR 52.212-1(b)(4) as amended above in E. Solicitation Instructions.)Specific evaluation areas that are weighted heavily in the evaluation of offers are: 1. Comparison to existing successful design techniques to determine if the offerorsdesign is likely to achieve the required shielding performance. This evaluation will besubjective to determine which one is most likely to meet the required performance.2. An evaluation of the information provided to determine the ease of assembly anddisassembly of the door from the perspective of being removable and replaceable formultiple cycles.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnishedto the successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of provision) G. MISCELLANEOUS1) Questions regarding this acquisition must be submitted in writing no later than 2business days after the posting date of this notice. 2) Ombudsman has been appointed -- See NASA Specific Note 'B'. 3) It is the offeror's responsibility to monitor the following Internet site for therelease of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.4) Potential offerors will be responsible for downloading their own copy of thiscombination synopsis/solicitation and amendments (if any). 5) Any referenced notes can be viewed at the following URL:http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC10336733Q/listing.html)
 
Record
SN02147162-W 20100514/100512234655-49c1e20903b6a8b4c6c94409310dbef3 (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.