Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2016 FBO #5462
SOLICITATION NOTICE

48 -- Stainless Steel Flight Certified Solenoid Valves

Notice Date
11/4/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16596770RFP
 
Archive Date
12/16/2016
 
Point of Contact
Lynn E. Rafford, Phone: 3218677364
 
E-Mail Address
lynn.e.rafford@nasa.gov
(lynn.e.rafford@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/KSC anticipates the award of one, firm-fixed price, contract for the procurement of stainless steel flight certified solenoid valves that will be fabricated and first article tested until a flight ready solenoid valve is produced. These solenoid valve will transfer Hydrazine, Monomethylhydrazine, or Gaseous Helium in orbit. The Contract bid schedule is as follows: Test Unit /Article Deliverable Item 1. Solenoid Valves (test articles-if required for qualification or delta qualification) - Quantity 1* Item 2. Valve Flight Mounting Bracket and Hardware (test articles-if required for qualification or delta qualification) - Quantity 1* * As required, assumed minimum of 1 NASA Operational Use Hardware Item 1. Solenoid Valves (flight certified articles) "Valve A" - Quantity 3 Item 2. Solenoid Valve (engineering test unit) "Valve B" - Quantity 1 Item 3. Valve Flight Mounting Brackets and Hardware - Quantity 4 Special Test Hardware Deliverable Item 1. Special test adapter Hardware and fixtures for testing Hardware - Quantity As Required Options Deliverable Item 1. Solenoid Valves (flight certified articles) "Valve A" - Quantity 3 Item 2. Valve Flight Mounting Bracket and Hardware - Quantity 3 FAR 52.217-7 OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 Months after award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. This is a full and open Procurement. Multiple awards for this requirement will not be made. The successful contractor will be selected using Lowest Price Technically Acceptable (LPTA) Procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the solicitation and will include evaluation of the following areas: Technical, Past Performance and Price. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on registration in SAM can be obtained at the following website: http://www.sam.gov. Potential offerors must also have current Online Representations and Certification Application on file with SAM. No response to this announcement is required. The government shall not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid or proposal preparation costs. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/publibrary/Omb.html. The Government has been informed that we can no longer utilize FedBizOpps (FBO) to transmit EAR or ITAR export controlled documents. Specifications and Drawings for this project have been identified as controlled documents. Therefore, all contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp/ Note: This process does take time and the Government encourages contractors to start as soon as possible. If a contractor has been previously screened by FBO they can verify if their status is still active by utilizing their cage code at: http://www.dlis.dla.mil/jcp/search.aspx Further guidance on how contractors will receive the documents is included in this notice. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation and any documents related to this procurement (other than the controlled documents addressed above) shall be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16596770RFP/listing.html)
 
Place of Performance
Address: NASA, JOHN F. KENNEDY SPACE CENTER, KENNEDY SPACE CENTER, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04320609-W 20161106/161104233710-abb5d9cc23316eb329cdef93ae64250a (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.