Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2010 FBO #3133
SOLICITATION NOTICE

30 -- TEST SPUR GEARS

Notice Date
6/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC10341434Q
 
Response Due
7/2/2010
 
Archive Date
6/21/2011
 
Point of Contact
Marilyn D. Stolz, Contract Specialist, Phone 216-433-2756, Fax 216-433-5489, Email Marilyn.D.Stolz@nasa.gov
 
E-Mail Address
Marilyn D. Stolz
(Marilyn.D.Stolz@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 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 Qty. 110, Test SpurGears.GOVERNMENT-FURNISHED PROPERTY:NASA will provide a total of 120 inches of forged bar stock (in two pieces, 120 inchestotal length) of steel meeting Aerospace Material Specification AMS6308D.SPECIFICATIONS:Refer to the attached file for the specifications and drawing.The provisions and clauses in the RFQ are those in effect through FAC 2005-41.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 333612 and500 respectively. The offeror shall state in their offer their size status for thisprocurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to the NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 isrequired by December 18, 2010.Delivery shall be FOB Destination.Offers for the items(s) described above are due by July 2, 2010 4:30 p.m. local time andmay be mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road, M.S. 500-305,Cleveland, OH 44135 and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems 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 are as follows: None.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. Addenda to FAR 52.212-4 are as follows: None.FAR 52.212-5 (FEB 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (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: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I(Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest After Award (Aug 1996) (31U.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: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperationwith Authorities and Remedies (AUG 2009) (E.O. 13126); 52.222-21, Prohibition ofSegregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era,and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212);52.222-36, Affirmative Actionfor Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reportson Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sept 2006) (38 U.S.C. 4212); 52.225-1, Buy American Act - Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s,proclamations, and statutes administered by the Office of Foreign Assets Control of theDepartment of the Treasury); 52.232-33, Payment by Electronic funds Transfer - CentralContractor Registration (Oct 2003)(31 U.S.C. 3332) 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 Marilyn D.Stolz not later than June 28, 2010. Telephone questions will not be accepted.Award will be based upon overall best value to the Government among those offerors thatmeet the technical specifications as shown in the attached file. Technical acceptabilitywill be determined by information submitted by the offeror demonstrating their technicalexpertise and experience concerning their ability to perform the requirements.It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b)) Selection will be based on total price, best value criteria, and pastperformance, which are essentially equal in importance. The offeror is encouraged toaddress the best value criteria shown below as part of their offer.BEST VALUE CRITERIA:The following criteria will be considered best value for this procurement:1). An offeror who promises to deliver at an earlier date and has demonstrated earlydelivery.2). An offeror with demonstrated experience with heat treatment and grinding ofcase-carburized steel gears made from alloy meeting Aerospace Material Specification(AMS) 6308D will be considered more highly than an offeror with experience makingaerospace quality gears from but only using other alloys.3). An offeror with demonstrated and significant history of experience with makingaerospace quality gears meeting all requirements for geometry, finished case depth,surface hardness, and surface roughness will be considered more highly than an offerorwith minimal or no experience meeting such requirements.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://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. Theserepresentations and certifications will be incorporated by reference in any resultantcontract.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=22.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/GRC/OPDC20220/NNC10341434Q/listing.html)
 
Record
SN02182980-W 20100623/100621234548-8c651870022b8dcd6ccd06edb33b9c3c (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.