Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

16 -- Cobham Ceramic Oxygen Generating System - Quality Assurance Document - Brand Name Justification

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
NND16590746Q
 
Point of Contact
Rachel Marie Holland, Phone: 6612765008, Robbin Kessler, Phone: 6612763761
 
E-Mail Address
rachel.m.holland@nasa.gov, robbin.m.kessler@nasa.gov
(rachel.m.holland@nasa.gov, robbin.m.kessler@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification Quality Assurance Document 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 Quotation (RFQ) for Quantity:1 Cobham Mission Systems' Carleton Life Support System 2L Ceramic Oxygen Generating System P/N: 3275004-0101. Must comply with attached Q-7 Quality Assurance document and provide Material Safety Data Sheets. Name Brand Only Justification is attached. The provisions and clauses in the RFQ are those in effect through FAC 2005-88 effective June 15, 2016. Quotes from all interested vendors will be considered for this requirement. The NAICS Code for this procurement is 336413. Delivery to NASA Armstrong Flight Research Center, Edwards, CA 93523 is required within 120 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4 pm PST on July 13, 2016 and must include, solicitation number, FOB destination to NASA Armstrong Flight Research Center, Bldg. 4876 Warehouse 6, Edwards, CA 93523, 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 (OCT 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.222‐22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 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 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.232‐40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 1852.203‐71 Requirement to Inform Employees of Whistleblower Rights (August 2014) FAR 52.212‐5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS‐COMMERCIAL ITEMS (JUNE 2016) is applicable and the following identified clauses are incorporated by reference. 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt I, 52.225-13, 52.232.33 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 5 pm PST on July 07, 2016. Telephone questions will not be accepted. SELECTION WILL BE BASED ON LOWEST PRICE TECHNICALLY ACCEPTABLE SOURCE SELECTION PROCESS (FAR 15.101-2). Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offers must include completed copies of the provision at 52.212-3 (APR 2016), Offeror Representations and Certifications - Commercial Items with their offer through the SAM.gov website. 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 https://prod.nais.nasa.gov/pub/pub-library/OMB.html. Prospective offerors shall notify this office of their intent to submit an offer. ADDITIONAL INSTRUCTIONS INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TO THE CONTRACTING OFFICER OR BUYER. (a) Amendments to this RFQ. It is the vendor's responsibility to monitor FedBizOpps.gov for the release of any amendments to this RFQ. (b) This is brand name specific request for quote. The justification is included with this solicitation to identify the Government's necessity for the brand name item (c) Costs of quote preparation. This RFQ is not an order. This is a request for information, and quotations furnished are not offers. This RFQ does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. (d) Additional GSA contract information. If quoting on item(s) on a GSA contract, in addition to entering the GSA contract number in the appropriate textbox, the quoter shall include all other pertinent GSA contract information, if available, and show all applicable discounts for each line item VIA EMAIL TO THE CONTRACTING OFFICER OR BUYER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND16590746Q/listing.html)
 
Place of Performance
Address: NASA Armstrong, Edwards, California, 93523, United States
Zip Code: 93523
 
Record
SN04168588-W 20160702/160701000127-ccf5683250d1dd51d650be14cfa29324 (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.