Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

A -- RQL COMBUSTOR ASSEMBLY

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC15566077Q
 
Response Due
9/28/2015
 
Archive Date
9/22/2016
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5090, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
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 2 each RQL Combustor Assembly per specs below. Specifications BLW20150722-01 A.The following requirements shall apply for this Request For Quotation: 1.Prior to making any changes to the product and/or process description(s) for the required items and/or services, the Contractor must submit a written request to the Contracting Officer and receive written approval before proceeding with the changes. 2.All quality records (e.g. technical progress reports, process certifications, test results, etc.) created or received by the Contractor in the performance of this order shall be maintained and safeguarded by the Contractor until provided to the Government as specified elsewhere in this order, or, if not specified elsewhere, at the conclusion of this order. 3.The Contractor shall include the applicable requirements of the Statement of Work/Specification, and the requirements of this paragraph in all subcontracts. B.The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any items or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming items or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming items or services. The Government must exercise its post-acceptance rights 1)Within a reasonable time after the defect was discovered or should have been discovered; 2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. C.Specifications 1.The Contractor shall furnish weekly technical electronic progress reports. This report will include a list of any significant open risks for cost, schedule, or technical performance and associated mitigation plans. Significant open risks are concerns that have the potential to affect a cost ceiling, schedule milestone goals, or technical performance. 2.The Contractor shall provide packing for the completed hardware to prevent any damage during all phases of manufacturing and handling, including transportation from the Contractors plant to NASA Glenn Research Center. 3.The government reserves the right to conduct onsite inspections of the hardware at any time with 24 hour prior notification. 4.The Contractor shall immediately contact the (CO) in event of any hardware non-conformance. 5.The Contractor shall note that when drawings and electronic models are provided to the contractor, the drawing shall be principal and the electronic models shall be for reference only. 6.The contractor shall perform hydro-testing of the RQL Combustor Assembly. The contractor shall furnish all tests and miscellaneous hardware required for hydro-testing the following hardware. D.Certifications: The Contractor shall furnish the following data with all Items: a.Dimensional Inspection Report per ASME Y14.5 (1994 and updated 2009 versions) Dimensioning and Tolerancing. AS9102 Aerospace First Article Inspection. Inspection Report shall be signed by company official. b.Certified Material Test report for all Materials as specified on the NASA Drawings. c.Certificate of Conformance Welder, Welding, Weld Prep, and Weld Inspection d.Weld Inspection Report. e.Welder Qualifications Certificate. f.Dye Penetrant Inspection Report. g.Certificate of Conformance for All Surface Coatings. h.Hydrostatic Test report. E.Award Criteria 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)). F.Sample Weekly Status Report Sheet The Contractor may use the sample GRC 677 weekly status report sheet for their weekly status reports (this is only a suggested report sheet), or use their own report sheet, or other methods, to report their weekly status reports. G.Delivery All hardware shall be delivered on or before best possible ARO to: NASA Glenn Research Center 21000 Brook Park Road, Cleveland, OH 44135-3191 Two (2) copies of Inspection Report will be required, (1) copy of Shipping Documents shall be supplied to NASA Glenn Research Center. The provisions and clauses in the RFQ are those in effect through FAC 2005-84 http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332999 / 750 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. All contractual and technical questions must be in writing (e-mail) to dorothy.e.viancourt@nasa.gov not later than noon Sept 24, 2015. Telephone questions will not be accepted. Offers for the items(s) described above are due by Sept 28, 2015 5:00 pm to procurement - dorothy.e.viancourt@nasa.govand must include, solicitation number, FOB destination to this Center, 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.na sa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (APR 2014), 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 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.2022-26, 52.222-36, 52.222-50,52.223-18, 52.225-1, 52.225-13, 2.232-33 FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: none The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm [ Offerors must include completed copies of the provision at 52.212-3 (MAR 2015), 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/p ub_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/nais/link_syp.cgi.Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC15566077Q/listing.html)
 
Record
SN03897906-W 20150924/150922235539-aacaae741e4ac0900b0b10c2e382217c (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.