Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
MODIFICATION

47 -- Flex Hose, Stainless Steel, for Hydrazine, MonomethylHydrazine, Nitrogen Tetroxide, or Gaseous Helium for Flight Service - Amendment 6

Notice Date
11/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16559777R
 
Response Due
8/8/2016 3:00:00 PM
 
Point of Contact
Tyrone J. Frey, Phone: 3218679162
 
E-Mail Address
tyrone.j.frey@nasa.gov
(tyrone.j.frey@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment 6 NASA/KSC anticipates the award of one, firm-fixed price, contract for the procurment of Stainless Steel Flex Hoses that will be fabiricated and first article tested until a flight ready hose is produced. These hoses will transfer Hydrazine, Monomethylhydrazine, Nitrogen Tetroxide, or Gaseous Helium in orbit. The Contract bid schedule is as follows: PHASE 1 (Base Bid) First Article and Flight Qualification for ~3 ft. flex hose (up to 8 hoses total), ~177 inch flex hose (up to 7 hoses total) OPTION 1 PHASE 2 Fabrication of Six (6) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 2 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 3 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 4 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 5 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 6- One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 7 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 8 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. OPTION 9 - One (1) each Operational Flight Acceptance Tested ~177 inch flex hose. Per FAR 52.217-7: OPTION FOR INCRASED 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. All interested firms are encouraged to download a copy of the solicitation as soon as it is posted on FBO. 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. The closing date and time for submission of offers shall be identified in the solicitation package. The entire solicitation package, including the Standard Form 1447 and continuation pages, the Work Statement, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fbo.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package for downloading their own copy of the solicitation package and for downloading their own copy of any subsequent amendments, if any. 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/p ub_library/Omb.html. The solicitation and any documents related to this procurement [with the exception of the specifications and drawings] will 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. The Internet site, or URL, for the NASA Business Opportunities page is http://procurement.na sa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted. The purpose of Amendment 04 is to change the due date of bids from September 9, 2016 at 3:00 PM Eastern Time to Novermber 15, 2016 3:00 P.M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16559777R/listing.html)
 
Record
SN04323067-W 20161110/161108234523-79aa3d951f0f7cbd73006fc01da55790 (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.