Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
SOLICITATION NOTICE

B -- INERTIAL MEASUREMENT UNIT SOLE SOURCE

Notice Date
7/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK12439172Q
 
Response Due
7/30/2012
 
Archive Date
7/23/2013
 
Point of Contact
Maile T Krienke, Contract Specialist, Phone 321-867-2556, Fax 321-867-4848, Email maile.t.krienke@nasa.gov - Allen J. Miller, Contract Specialist, Phone 321-867-3308, Fax 321-867-4848, Email Allen.J.Miller@nasa.gov
 
E-Mail Address
Maile T Krienke
(maile.t.krienke@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is a sole source acquisition notice for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The Kennedy Space Center (KSC) has a requirement for an Inertial Measurement Unit (IMU) Northrop Grumman LN-200. The Inertial Measurement Unit is a hands-on training set that will demonstrate the fundamental concepts of inertial navigation systems and provide insight into integrated acceleration and rotational sensors. This notice is being issued as a Sole Source Request for Quotation to Northrop Grumman Corporation, Woodland Hills, CA, for the following: Line Item 1:Inertial Measurement Unit (LN-200) Qty: 1 The purpose of the LN-200 IMU will be for actuate modeling and simulation of existing launch vehicle avionics suites. Currently multiple Launch Services Program (LSP) providers use the LN-200 IMU as part of the launch vehicle avionics suite for actual flight application. Using the same commercially available components as the launch vehicle provider will enable a more accurate replication and simulation modeling of the avionics suite used on the actual launch vehicle. The LN-200 IMU meets the requirement of matching existing launch provider interfaces. Delivery is required no later than August 6, 2012. Interested organizations may submit their quotation and detailed capabilities and qualifications to perform this effort in writing to the identified point of contact no later than 10:00am EST time on July 30, 2012. Such detailed capabilities and qualifications must demonstrate in writing the ability to meet this requirement and will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Questions must be received in writing (email) by 10:00 a.m. EST on July 26, 2012, to the identified point of contact. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed. See NASA Specific Note B. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by July 30, 2012, by 10:00 a.m. (EST) to NASA-KSC, Attn: maile.t.krienke@nasa.gov, OP-LS, KSC, FL 32899 or mailet.krienke@nasa.gov with an informational copy to allen.j.miller@nasa.gov. Response via email is preferred. Evaluation criteria will be based on technical acceptability and lowest price. The required delivery date is August 6, 2012. It is critical that offerors provide adequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. The NAICS Code and the small business size standard for this procurement are 334290, 750 employees respectively. The offeror shall state in their offer their size status for this procurement. Offers must include solicitation number, FOB destination to KSC, 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 authorized company representative. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). The DPAS rating for this procurement is DO-C9. The provisions and clauses in the RFQ are those in effect through FAC 2005-59. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructions to Offerors-Commercial, which is incorporated by reference. 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.247-34 F.o.b. Destination. (NOV 1991) 1852.215-84 Ombudsman. (NOV 2011) 1852.225-70 Export Licenses. (FEB 2000) 1852.237-73 Release of Sensitive Information. (JUN 2005) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (APR 2012) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 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 the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Contracting Officer check as appropriate. [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). [X](8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161) [X] (23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). [X] (26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). [X] (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). [X] (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). [X] (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). [X] (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). [X] (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). [X] (39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). [X] (40)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (MAR 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, and Pub. L. 112-41). [X] (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (50) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (iii) (Reserved) (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (End of clause) INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012) 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. (End of provision) 1852.233-70 Protests to NASA. (OCT 2002) Potential bidders or offerors may submit a protest under 48 CFR Part 33 (FAR Part 33) directly to the Contracting Officer. As an alternative to the Contracting Officer's consideration of a protest, a potential bidder or offeror may submit the protest to the Assistant Administrator for Procurement, who will serve as or designate the official responsible for conducting an independent review. Protests requesting an independent review shall be addressed to Assistant Administrator for Procurement, NASA Code H, Washington, DC 20546-0001. (End of provision) The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note 'B'.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK12439172Q/listing.html)
 
Record
SN02812298-W 20120725/120723235945-db5d3b435b9cd07ac182a13ca3b6e06e (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.