SOLICITATION NOTICE
71 -- Sole Source Fountainhead Console Spare Parts - Redacted Sole Source
- Notice Date
- 6/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK16591712Q
- Archive Date
- 7/7/2016
- Point of Contact
- Troy M. Deal, Phone: 3218671500, Allen J. Miller, Phone: 3218673308
- E-Mail Address
-
troy.m.deal@nasa.gov, allen.j.miller@nasa.gov
(troy.m.deal@nasa.gov, allen.j.miller@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Redacted Sole Source 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. Kennedy Space Center (KSC) has a requirement to negotiate with Fountainhead Controlrooms, Inc. for the acquisition of spare components for the Gesab consoles installed in the Launch Service Program's Launch Vehicle Data Centers. This notice is being issued as a Sole Source Request for Quotation to Fountainhead Control Rooms, Inc., Duluth GA for the following purchase: Spare parts that are vendor proprietary for the existing consoles installed in the Launch Vehicle Data Centers at CCAFS Hangar AE and Vandenberg AFB Building 836. The spare parts being requisitioned have no substitutes that work with the existing consoles. Fountainhead Controlrooms currently is the sole US representative for the console manufacturer, Gesab LLC. The Government currently uses Fountainhead consoles and intends to maintain spare parts for consoles. Using another manufacture's console parts will add significant costs for additional spares and additional cost for training for installation and maintaining of the consoles. The monetary costs associated with purchasing another manufacture's parts and maintaining spares is greater than the actual cost of the required spare parts. The introduction of another brand of desk equipment would require excessive cost in maintaining the existing consoles. Any hardware added to the existing desk system has to be compatible in order for the consoles to be viable. To be consistent in architecture and infrastructure, the government requires Fountainhead products to maintain consistency and compatibility in an already designed console interface. Delivery of the spare components for the Gesab consoles are due no later than October 14, 2016. Quotation must reflect that the delivery date and period of performance can be met. Evaluation criteria are technical acceptability and overall lowest cost. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offers for the items(s) described above are due by June 22, 2016, 10:00 AM (EST) via email to troy.m.deal@nasa.gov. Interested organizations may submit their written quotation or written detailed capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 10:00 AM EST on June 22, 2016. 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 12:00 PM EST on June 20, 2016, to the identified point of contact. All responsible sources may submit an offer which shall be considered by the agency. 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 The provisions and clauses in the RFQ are those in effect through FAC 2005-88. The NAICS Code and the small business size standard for this procurement are 337214, $500,000,000 respectively. The offeror shall state in their offer their size status for this procurement. The DPAS rating for this procurement is DO-C9. 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 representations and certifications will be incorporated by reference in any resultant contract. Prospective offerors may notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this Internet (FedBizOpps) site for the release of solicitation amendments (if any). Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). 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. Offerors shall provide the information required by FAR 52.212-1 (Apr 2014), Instructions to Offerors-Commercial, which is incorporated by reference. In accordance with FAR 52.212-1, the Contractor shall be registered within the Sam.gov database. The Contractor may register via the Internet at URL: https://www.sam.gov/portal/public/SAM/ 52.247-34 F.o.b. Destination. (NOV 1991) 1852.215-84 Ombudsman. (NOV 2011) ALTERNATE 1 (JUN 2000) 1852.225-70 Export Licenses. (FEB 2000) 1852.237-73 Release of Sensitive Information. (JUN 2005) FAR 52.212-4 (May, 2015), Contract Terms and Conditions-Commercial Items is applicable. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (MAR 2016) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). [X](40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (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). (End of clause) 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. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): [http://www.acquisition.gov/far/ ]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16591712Q/listing.html)
- Place of Performance
- Address: KSC Florida 32899-0101, KSC, Florida, 32899-0101, United States
- Zip Code: 32899-0101
- Zip Code: 32899-0101
- Record
- SN04152778-W 20160618/160616235157-bd68e7e789610a842aca98233089b4f3 (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 |