SOLICITATION NOTICE
16 -- SOFIA TB1 Engine Repair - SOFIA Engin TB1 - Q-1A Quality Requirement
- Notice Date
- 1/4/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- NND1707760Q
- Point of Contact
- Tiffany N. Goodwin, Phone: 16612762289, Rosalia Toberman, Phone: 6612763931
- E-Mail Address
-
tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- Q-1A Quality Requirement SOFIA Engin TB1 Statement of Work (SOW) 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 the SOFIA program for a quantity of one (1) TB1 Blade replacement or repair of Pratt and Whitney Engine P/N: JT9D-7J, S/N: P685842, see attachment 1 for the Statement of Work and attachment 2 for the Q-1A quality requirement. Work shall be performed by a FAA 145 Certified Repair Facility. The following items applies: Line Item 0001: TB1 Blade replacement or repair of Pratt and Whitney Engine P/N: JT9D-7J, S/N: P685842 Line Item 0002: Round trip shipping from and to 2825 East Avenue P, Building 703, Palmdale, CA 93550. This provisions and clauses in RFQ NND1707760Q are those in effect through FAC 2005-93 effective December 16, 2016. FAC CAN BE OBTAINED FROM http://www.acquisition.gov/far/index.html. The NAICS Code and the small business size standard for this procurement is 336412 with 1,500 employees 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. Delivery to NASA - Armstrong Flight Research Center, 2825 East Ave. P, Bldg. 703, Palmdale, CA 93550 is required within 60 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 2:00 P.M. PT on January 20, 2017 to tiffany.n.goodwin@nasa.gov and 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 shall provide the information required by FAR 52.212-1 (OCT 2016), 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 (October 2016) FAR 52.212‐5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS‐COMMERCIAL ITEMS (NOV 2016) is applicable and the following identified clauses are incorporated by reference. 52.203-6 Alt I, 52.204‐10, 52.209‐6, 52.209-9, 52.219-8, 52.219‐28, 52.222‐3, 52.222‐19, 52.222‐21, 52.222‐26, 52.222-35, 52.222‐36, 52.222-37, 52.222-40, 52.222‐50, 52.222‐53, 52.223‐18, 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.html All contractual and technical questions must be in writing (e-mail or fax) to Rosalia Toberman at Rosalia.toberman-1@nasa.gov not later than 2:00 p.m. PT, January 12, 2017. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, past performance and technical capability of the item offered to meet the Government requirement. 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. Technical and past performance, when combined, are approximately equal to cost or price. Offerors must include completed copies of the provision at 52.212-3 (Oct 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 (OCT 2016), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). INSTRUCTIONS BLOCK INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION CAN BE SUBMITTED VIA EMAIL TO THE CONTRACTING OFFICER OR BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ON THE PREVIOUS SCREEN FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2016) is incorporated herein by reference with the same force and effect as if it were given in full text, with the exception of paragraphs N/A. FAR Supplement (48 CFR Chapter 18) addenda to FAR 52.212-1 are indicated as follows and incorporated herein by reference with the same force and effect as if they were given in full text: 52.204‐7, System for Award Management (OCT 2016) 52.204‐16, Commercial and Government Entity Code Reporting (JUL 2016) 52.204‐18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014) 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 the Federal Business Opportunity (FBO) for the release of any amendments to this RFQ. (b) Brand name or equal quotes. If quoting "or equal" items, please provide manufacturer(s) and part number(s) VIA EMAIL TO THE CONTRACTING OFFICER OR BUYER. (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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND1707760Q/listing.html)
- Place of Performance
- Address: NASA - AFRC, 2825 East Avenue P., Palmdale, California, 93550, United States
- Zip Code: 93550
- Zip Code: 93550
- Record
- SN04363088-W 20170106/170104234535-23f672fcf256fe6390ea8d635749f60e (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 |