SOLICITATION NOTICE
66 -- VENUS TEST VESSEL
- Notice Date
- 6/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC10342476R
- Response Due
- 6/28/2010
- Archive Date
- 6/17/2011
- Point of Contact
- Glen M. Williams, Contracting Officer, Phone 216-433-2885, Fax 216-433-2480, Email Glen.M.Williams-1@nasa.gov
- E-Mail Address
-
Glen M. Williams
(Glen.M.Williams-1@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 procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. SPECIFICATIONSSEE ATTACHMENT FOR SPECIFICATIONS AND ATTACHMENTSDELIVERY SCHEDULE AND FOB POINTThe Contractor shall delivery the vessel within 18 weeks from the date of NASAs approvalto proceed to the NASA Glenn Research Center, 21000 Brookpark Road, Building 21Receiving, Cleveland, Ohio 44135. Delivery shall be FOB Destination, NASA GlennResearch Center (GRC). Final destination of the vessel will be Building 16 at the NASAGRC. NASA will provide the crane and other services necessary to unload the vessel fromthe truck. Other data to be delivered to NASA GRC shall be in accordance with Section 6 of theSpecifications. FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. Drawings and Data Required Prior to Fabrication Approval(a) Within 4 weeks from the date of award of contract, the Contractor shall submit 1 copyof fabrication drawings and data. This information shall be furnished in 1 complete setof paper drawings and a PDF files of the drawings on a CD or via email or otherelectronic format.(b) Should any of the drawings or data covered by paragraph (a) above be revised by theContractor subsequent to submittal but prior to fabrication approval by the Government, acopy of the revised document(s) shall be promptly submitted with revisions clearlyidentified.(c) All Contractor submittals shall be accomplished by 1 transmittal letter identifyingthe material submitted and the contract number and addressed to: NASA Glenn Research CenterAttention: ___TBD___ M/S: _____21000 Brookpark Rd.Cleveland, OH 44135Email:____________________@NASA.gov One copy of the transmittal letter identifying the material submitted and the contractnumber, and shall be emailed to:Glen.M.Williams-1@NASA.gov(d) Within 5 business days after receipt of the aforementioned drawings and/or data theGovernment will either issue an Approval to Proceed with Fabricationor a Disapprovalto Fabricate, or Approval to Proceed with Fabrication as Noted Herein notification. In the event the Government requires additional time in excess of the 5 business daysspecified in this paragraph, the contract delivery date shall be extended a correspondingnumber of days.(e) A Disapproval to Fabricate notification will require the Contractor to makecorrections as directed by NASA and resubmittal of the drawings and data to theGovernment within (5) calendar days after receipt of said notification by the Contractor. (f) Approval to Proceed with Fabrication or Approval to Proceed with Fabrication asNoted Herein, pursuant to this Clause, shall not be construed as complete approval, butwill indicate only that the general method of safety, construction and/ or fabricationand detailing is satisfactory.Fabrication approval will not relieve the Contractor ofthe responsibility for any error which may exist nor supersede the specificationrequirements. In the event that drawings or data submitted to the Government reflectinformation which is not in full conformance with the contract specifications, theContractor shall notify the Government of that fact upon submission of the drawings ordata and not begin fabrication in accordance with those drawings or data until theContracting Officer issues a change to the contract specifications in accordance with FAR52.212-4.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).52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 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). 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-50, Combating 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.htmSOLICITATION INSTRUCTIONSCautions to OfferorsNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If your normalbusiness practice requires payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of each item. DO NOT quote shipping separately.Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Also note the terms and conditions of clause 52.212-4. If your standardterms and conditions take exceptions to these, either line out such language or clearlystate what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government isself insured and does not pay extraordinary insurance other than that already included innormal shipping practices.Standard NotificationsThe provisions and clauses in the RFQ are those in effect through FAC 05-40.The NAIC code is 332420 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency.The DPAS rating for this procurement is DO-C9.Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offer shouldinclude: FOB destination to this Center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersare NOT acceptable. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the Offerors shall so state and shalllist the country of origin.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 ________. [Offeror toidentify the applicable paragraphs at (b) through (j) of this provision that the offerorhas completed for the purposes of this solicitation only, if any. The representationsand certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc orhttp://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business PartnerNetwork (BPN) Online Representations and Certifications Application (ORCA) website atHttp://orca.bpn.gov.Special InstructionOfferors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. FAR 52.212-1 (b)(4) is hereby amended as follows: Offerors are to provide the followinginformation with their offer: 1) Statement that they are currently an ASME Code Facilityand the date of their last ASME audit, 2) A scaled assembly drawing(s) of the vessel theyare quoting (note: it is not necessary in the proposal to provide full fabricationdrawings with dimensions etc.), 3) those offering an alternate design shall providedetails and descriptions indicating the benefits to the Government of the alternatedesign over that of the Governments design, including cost and/or schedule benefits, 4)a statement that all fabrication will be performed by the Offeror or a statementdescribing what aspects of the fabrication will be performed by a subcontractor, and 5) adescription of the Offerors capabilities, experience, fabrication methods and toolingalong with a brief list of recent (within the last 3 years) contracts where they havebuilt a similar sized unit(s).For each contract, provide the companys name,a pointof contact and telephone number. Offerors may cite their web site if it provides further information about their facilityand production capabilities in addition to any information provided in their proposal.Web sites that are not viewable by NASA for any reason up to 5 business days after theoffer due date will no longer be considered as part of the offer and may affect theevaluation of the offer. DUE DATE OF OFFERSOffers for the items(s) described above are due by June 28, 2010, 4:30p.m. GRC localtime and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, Attn: Glen M.Williams, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitationnumber.SELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Best value selection means that the offermust be Technically Acceptable and that there could be a Trade-Off between Price and BestValue.Selection and award will be made to that offeror whose offer will be the mostadvantageous to the Government, with consideration given to the factors of technicalfabrication capability in order meet the specifications, price, past performance and bestvalue requirements. All offeror shall be current ASME Code shop certified. Offerorsthat are ASME code shop certified will then be evaluated to determine if any of thefollowing best value criteria they have addressed in their proposal provides a bettervalue to the Government for a reasonable increase in price over that of the lowest priceofferor. Best Value Factors: 1) Performance of all fabrication in-house by the Offerorwith a better value being that no fabrication is subcontracted; 2) Location of theOfferor in relation to the NASA GRC with a better value being the location for theinspections listed in Section 5 of the Specifications being close to NASA GRC; 3) Anyalternate designs or fabrication methods proposed to be used by the Offeror result in asuperior end product and/or cost savings over the Governments estimate for performanceof the effort; and 4) additional features or components proposed by the Offeror and notrequired in the Specifications which enhance the performance or operation of the vesseland are of benefit to the Government. (b) The firm selected for award shall be required to be a current ASME code shop, have atechnically acceptable offer and have acceptable past performance. Technicalacceptability will be determined by a review of the information submitted by the offerorproviding a description in sufficient detail to show that the product offered meets theGovernment's requirement (see specifications above and 52.212-1(b)(4) amendment in thespecial instructions above). It is critical that offerors provide adequate detail toallow evaluation of their offer. Technically acceptable offers with acceptable pastperformance will then be evaluated against the Best Value Criteria listed in paragraph(a) to determine if they provide a better value to the Government for a reasonable higherprice over that of the low priced acceptable offer. Technical, past performance and bestvalue, when combined, are approximately equally important as price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe 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) MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. 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://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22.Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any). 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/NNC10342476R/listing.html)
- Record
- SN02180965-W 20100619/100617235835-22cc2802bfbe5a8a1b55fab0cb5bb50b (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 |