Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2013 FBO #4299
SOLICITATION NOTICE

30 -- TEST SPUR GEARS

Notice Date
8/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC13483459Q1
 
Response Due
9/9/2013
 
Archive Date
8/30/2014
 
Point of Contact
Sandra A Brickner, Contract Specialist, Phone 216-433-6093, Fax 216-433-2480, Email sandra.a.brickner@nasa.gov
 
E-Mail Address
Sandra A Brickner
(sandra.a.brickner@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items 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 Qty. 110, Test Spur Gears. GOVERNMENT-FURNISHED PROPERTY: NASA/GRC will provide a total of 120 inches of forged bar stock (in two pieces, 120 inches total length) of steel meeting Aerospace Material Specification AMS6308D. SPECIFICATIONS: Refer to the attached file for specifications and drawing. The provisions and clauses in the RFQ are those in effect through FAC 2005-69. The NAICS Code and the small business size standard for this procurement are 336413 and 1,000 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. Delivery to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required by February 28, 2014 Delivery shall be FOB Destination. Offers for the items(s) described above are due by 9/09/2013, by 4:30 PM EST to NASA Glenn Research Center, Attn: Sandra Brickner, 60-1, 21000 Brookpark Road, Cleveland, OH 44135 or by email to sandra.a.brickner@nasa.gov 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 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 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: 1852.215-84 Ombudsman, 1852.223-72 Safety and Health (Short Form), 1852.225-70 Export Licenses, 1852.237-73 Release of Sensitive Information. 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 Reporting Executive Compensation and First-Subcontractor Awards, 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, 52.209-10 Prohibition of Contracting with Inverted Domestic Corporations, 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19, Child Labor--Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.225-1, Buy American Act - Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 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) to Sandra Brickner not later than 9/06/2013. Telephone questions will not be accepted. Award will be based upon overall best value to the Government among those offerors that meet the technical specifications as shown in the attached file. Technical acceptability will be determined by information submitted by the offeror demonstrating their technical expertise and experience concerning their ability to perform the requirements. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)) Selection will be based on total price, best value criteria, and past performance, which are essentially equal in importance. The offeror must address the best value criteria, shown below, as part of their offer such that complete best value evaluations can be made from the information contained in the offer. The offeror should not presume that their capabilities relative to the best value criteria are well known by, for examples, reputation, previous delivery of similar items to the government, or by publically available information such as listing of customers on a website. 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 early delivery. 2). An offeror with demonstrated experience with heat treatment and grinding of case-carburized steel gears made from alloy meeting Aerospace Material Specification (AMS) 6308D will be considered more highly than an offeror with experience making aerospace quality gears from but only using other alloys. 3). An offeror with demonstrated and significant history of experience with making aerospace quality gears meeting all requirements for geometry, finished case depth, surface hardness, and surface roughness will be considered more highly than an offeror with minimal or no experience meeting such requirements 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=22. 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/GRC/OPDC20220/NNC13483459Q1/listing.html)
 
Record
SN03170801-W 20130901/130830235823-c6ed9f8345677fc87adfe7fb9c4b7be6 (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.