Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

59 -- POWER INVERTERS

Notice Date
11/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ12415009Q
 
Response Due
12/6/2011
 
Archive Date
11/22/2012
 
Point of Contact
Kendrea Vallien, Contracting Officer, Phone 281-244-7176, Fax 281-144-2370, Email kendrea.d.vallien@nasa.gov
 
E-Mail Address
Kendrea Vallien
(kendrea.d.vallien@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 Streamlined Procedures for Evaluation andSolicitation for Commercial Items, as supplemented with additional information includedin this notice. This announcement constitutes the only solicitation; offers are beingrequested and a written solicitation will not be issued.The Government intends to acquire commercial hardware using FAR Part 12 Acquisition ofCommercial Items, together with FAR Part 13, Simplified Acquisition Procedures. Theresulting award will be a single contract utilizing a Firm Fixed-Price Purchase Order forthe following items or their equivalent: ExelTech 1100W 125VDC input-to-120VAC/60Hz powerinverters (Part# XPK-1-I-6-1-97) with the manufacturers warranty of 1 year, which shallbe included in the price of the hardware requested. The specifications of this hardware meet the unique power interface requirements for theInternational Space Station without impacting or harming the internal power system and itmeets the power requirements defined by SSP 52051 Volume 1.All assembled power inverters defined in this synopsis shall be from the same homogenousmanufacturing lot production. Delivery shall be Free on Board (F.O.B.) Destination. The model contract can be viewed at: http://procurement.jsc.nasa.gov/NNJ12415009Q/Model-Purchase-Order.docx The additional synopsis information can be viewed at: http://procurement.jsc.nasa.gov/NNJ12415009Q/Power-Interver-Additional-Synopsis-Info.doc The provisions and clauses in the RFQ are those in effect through FAC 2005-54This procurement is a total small business set-aside. (see note 1) The NAICS Code and the small business size standard for this procurement are 335999 AllOther Miscellaneous Electrical Equipment and Component Manufacturing and 500 employeesrespectively. 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. TheGovernment intends to make a single award for all items on an 'all or none' basis;therefore, offerors must propose all items. Partial offers will not be accepted. Offeror's price shall be stated as a Firm Fixed-Price. All offers shall include abreakdown that identifies the costs of the items, delivery costs, and any discounts ifapplicable.Offers for the items described above are due by 4:00PM (CST) December 6, 2011 to NASA-JSCAttn: Kendrea Vallien (kendrea.d.vallien@nasa.gov), JSC-BG, Houston TX, 77058 and mustinclude, solicitation number, FOB destination to this Center, proposed delivery schedule,discount/payment terms, warranty duration of one year, 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 Offers for the items can not exceed four(4) pages. Any pages exceeding this thresholdwill be discarded and will not be evaluated.Delivery shall be to: NASA Johnson Space Center, 2101 NASA Parkway, Building 421 Bond(ODDI Account), Houston, TX 77058 c/o Stephen Hunter, mail code OD111. 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 products offered is other than domestic end products as defined in the clauseentitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list thecountry of origin.FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (NOV 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR 52.204-7 Central Contractor Registration (Apr 2008)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 Additional Terms and Conditions: FAR 52.247-95 Flight Item. (SEP 1989) (JSC Procurement Instruction) Block 16 of each Department of Defense Form 250 prepared for hardware or equipment to beshipped under this contract must be annotated as follows in 1/4-inch letters or larger byhand printing or rubber stamp: THIS IS A FLIGHT ITEM: OR THIS IS MISSION ESSENTIAL GROUND SUPPORT EQUIPMENT, asapplicable. (End of clause) NFS 1852.246-73 HUMAN SPACE FLIGHT ITEM (MAR 1997) 'FOR USE IN HUMAN SPACE FLIGHT; MATERIALS, MANUFACTURING, AND WORKMANSHIP OF HIGHESTQUALITY STANDARDS ARE ESSENTIAL TO ASTRONAUT SAFETY. IF YOU ARE ABLE TO SUPPLY THE DESIRED ITEM WITH A HIGHER QUALITY THAN THAT OF THE ITEMSSPECIFIED OR PROPOSED, YOU ARE REQUESTED TO BRING THIS FACT TO THE IMMEDIATE ATTENTION OFTHE PURCHASER.' (End of clause) NFS 1852.215-84 OMBUDSMAN (OCTOBER 2003) ALTERNATE I (JUNE 2000) (a) An ombudsman has been appointed to hear and facilitate the resolution of concernsfrom offerors, potential offerors, and contractors during the pre-award and post-awardphases of this acquisition. When requested, the ombudsman will maintain strictconfidentiality as to the source of the concern. The existence of the ombudsman is not todiminish the authority of the contracting officer, the Source Evaluation Board, or theselection official. Further, the ombudsman does not participate in the evaluation ofproposals, the source selection process, or the adjudication of formal contract disputes.Therefore, before consulting with an ombudsman, interested parties must first addresstheir concerns, issues, disagreements, and/or recommendations to the contracting officerfor resolution. (b) If resolution cannot be made by the contracting officer, interested parties maycontact the installation ombudsman at, Melanie Saunders, NASA-Johnson Space Center/CodeAC111, Houston, TX 77058, by phone 281-483-0490, by facsimile 281-483-2200 or e-mailmelanie.saunders-1@nasa.gov. Concerns, issues, disagreements, and recommendations which cannot be resolved at theinstallation may be referred to the NASA ombudsman, the Director of the ContractManagement Division, at 202-358-0445, facsimile 202-358-3083, e-mailagency-procurementombudsman@nasa.gov. Please do not contact the ombudsman to request copies of the solicitation, verify offerdue date, or clarify technical requirements. Such inquiries shall be directed to theContracting Officer or as specified elsewhere in this document. (c) If this is a task or delivery order contract, the ombudsman shall review complaintsfrom contractors and ensure they are afforded a fair opportunity to be considered,consistent with the procedures of the contract. (End of Clause)Certificate of Compliance (C of C) Supplier shall provide a certification with each shipment to attest that the parts,assemblies, subassemblies, or detail parts conform to the order requirements. Whenapplicable, the true manufacturers, lot, batch, date code, and/or serial number mustappear on the certification. Certification must contain the following: Customers Order number Product name Part and Serial number Name and address of manufacturing or processing location Manufacturers lot, batch, date code, and/or serial number (if applicable) Quantity and unit of measurement (each, box, case, gallons, etc.) Be signed and dated by an official of the company. Traceability a. Supplier will submit product lot number/date code and or serial number with eachshipment. b. Supplier will certify that when parts/material are from different lots, they arepackaged separately. Processes and Products The supplier will notify the customer of proposed changes in process definition and willobtain approval from the customer prior to implementing the change. Changes affectingprocesses, production equipment, tools and programs shall be documented. Procedures shallbe available to control their implementation. This statement shall also apply to Supplierdesignated critical processes that have been sub-contracted. Counterfeit Clauses The successful offeror shall ensure that only new and authentic materials are used inproducts delivered to NASA. The supplier may only purchase parts directly from OriginalComponents Manufacturers (OCMs); OCM franchised distributors or authorized aftermarketmanufacturers. Use of product that was not provided by these sources is not authorizedunless first approved in writing by NASA. The successful offeror must present compellingsupport for its request (e.g., OCM documentation that authenticates traceability of theparts to the OCM), and include in its request all actions to ensure the parts thusprocured are authentic/conforming parts. Government Right of Access The Government has the right to inspect and test all supplies called for by the contract,to the extent practicable, at all places and times, including the period of manufacture,and in any event before acceptance. The Government shall perform inspections and tests ina manner that will not unduly delay the work. The Government assumes no contractualobligation to perform any inspection and test for the benefit of the Contractor unlessspecifically set forth elsewhere in this contract. If the Government performs inspectionor test on the premises of the Contractor or a sub-contractor, the Contractor shallfurnish, and shall require sub-contractors to furnish, at no increase in contract price,all reasonable facilities and assistance for the safe and convenient performance of theseduties. Except as otherwise provided in the contract, the Government shall bear theexpense of Government inspections or tests made at other than the Contractors orsub-contractors premises; provide, that in case of rejection, the Government shall notbe liable for any reduction in the value of inspection or test samples. Non Conforming Material Per this requirement the customer grants no authority to disposition product or processnonconformances to the Supplier or its sub-tier suppliers. Repair is not allowed underthis clause. Nonconformances shall be reported to the Government as soon as it is detected anddetermined not to be re-workable and may be salvageable. When notification is required,notification shall be within 3 working days after the nonconformance is discovered. Thisrequirement applies to all procurements. All contractual and technical questions must be in writing by email to Kendrea Vallien(kendrea.d.vallien@nasa.gov), not later than 4:00 PM CST on December 2, 2011. Questionswill not be accepted by fax or telephone. 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. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1 (b))Offerors must include completed copies of the provision at 52.212-3 (NOV 2011), 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. 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):. Potential offerors will be responsible fordownloading their own copy of this combination synopsis/solicitation and amendments (ifany). 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/NNJ12415009Q/listing.html)
 
Record
SN02627663-W 20111124/111122234826-f8db0030710ce13d92854400c0c1d1f7 (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.