SOLICITATION NOTICE
B -- C-SCAN NON-DESTRUCTIVE TESTING
- Notice Date
- 3/27/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- NND13468869Q
- Response Due
- 4/15/2013
- Archive Date
- 3/27/2014
- Point of Contact
- Robbin Kessler, Contracting Officer, Phone 661-276-3761, Fax 000-000-0000, Email robbin.m.kessler@nasa.gov
- E-Mail Address
-
Robbin Kessler
(robbin.m.kessler@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This notice is being issued as a Request for Quotations (RFQ)for C-Scan Non-Destructive Testing for Experimental Composite Flaps for a G-III Aircraft, including a baseline scan of the right and left flaps and eight (8) options for follow-up scans (potentially four per side), in accordance with the Statement of Work dated March 14, 2013. The provisions and clauses in the RFQ are those in effect through FAC 2005-66 effective February 25, 2013. 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 541380 and $14M annual reveune respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Performance of the services will be at the NASA Dryden Flight Research Center, Edwards, CA. The baseline scan of the left and right control surfaces shall be completed by May and June 2013, respectively. These dates are subject to change due to project schedules; contractor will be provided a 30 day notice with the actual schedule. The eight options are tentatively scheduled to occur between July 2013 and September 2014. Offers for the services described above are due by Monday, April 15, 2013, 3:00 p.m. PDT to Robbin Kessler at robbin.m.kessler@nasa.gov (electronic) or to NASA DFRC, Attn: Robbin Kessler, PO Box 273, MS 1422, Edwards, CA 93523 and must include, solicitation number, 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 shall provide the information required by FAR 52.212-1 (FEB 2012), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2012), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7; 52.217-7 (30 days); 52.217-9; 1852.225-70; 1852.215-84; 1852.237-73. FAR 52.212-5 (AUG 2012), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10; 52.209-6; 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18; 52.225-13; 52.232-33; 52.222-53. 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 Robbin Kessler not later than 3:00 p.m. PDT, April 8, 2013. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (APR 2012), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. 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=24. Potential offerors will be responsible for downloading their own copy of this combination synopsis/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/DFRC/OPDC20220/NND13468869Q/listing.html)
- Record
- SN03021531-W 20130329/130327234109-baeaffab55a32958edfc674f15ec6130 (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 |