Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2017 FBO #5586
SOLICITATION NOTICE

16 -- Kingair N801NA avionics and autopilot upgrade and installation - Quality Document - Statement of Work

Notice Date
3/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
NND17616557R
 
Archive Date
4/5/2017
 
Point of Contact
Melissa Newell, Phone: 6612762483, James G. Williams, Phone: 6612762501
 
E-Mail Address
melissa.newell@nasa.gov, james.g.williams-1@nasa.gov
(melissa.newell@nasa.gov, james.g.williams-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Q-1 Quality Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number NND17616557Q is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 334511 and 1,250 employees. 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. This notice is being issued as an RFQ for the avionics and autopilot upgrade for a Beechcraft B200 aircraft, tail number N801NA, in accordance with the attached statement of work (Avionics&Autopilot_SOW_02162017.docx). Aircraft will be flown by NASA personnel to and from contractor facility. Offerors shall provide the information required by FAR 52.212-1 (JAN 2017), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.204‐7, System for Award Management (OCT 2016) 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. 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. N801NA shall be delivered on or before May 29, 2017. In addition,offerors must be an FAA certified repair station and are subject to Government-Industry Data Exchange Program (GIDEP) screening and higher level quality assurance requirements: AS9100. Procurement Quality Assurance: Q1 Section A is applicable (Q1_04_14_16.pdf). Offerors must include completed copies of the provision at 52.212-3 (JAN 2017), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. NASA Clause 1852.215-84 (NOV 2011), 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. FAR 52.212-4 (JAN 2017), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204‐16, Commercial and Government Entity Code Reporting (JUL 2016) 52.204‐18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232‐40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 1852.203‐71 Requirement to Inform Employees of Whistleblower Rights (AUG 2014) 1852.225-70 Export Licenses (FEB 2000) 1852.237-72 Access to Sensitive Information (JUN 2005) 1852.237-73 Release of Sensitive Information (JUN 2005) FAR 52.212‐5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ‐ Commercial Items (JAN 2017) is applicable and the following identified clauses are incorporated by reference. 52.203-6, 52.204-10, 52.219-6, 52.219-8, 52.219-14, 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, 52.223-18, 52.225-13, 52.232-33, & 52.222-53. 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 ADDITIONAL INSTRUCTIONS Instruction for vendor: any information requested in this section must be submitted to the contracting officer or buyer. Amendments to this RFQ. It is the vendor's responsibility to monitor FedBizOpps.gov for the release of any amendments to this RFQ. All contractual and technical questions must be in writing (e-mail) to Melissa Newell and James Williams no later than 4 pm Pacific on March 16, 2017 (see contact information below). Telephone questions will not be accepted. Offers for the items(s) described above are due by 4:00 Pacific Time, March 21, 2017 to NASA Armstrong Flight Research Center, Bldg 4876 Warehouse 6, Edwards, CA 93523 and must include, solicitation number, FOB Destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), identification of any special commercial terms, and be signed by an authorized company representative. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND17616557R/listing.html)
 
Record
SN04427594-W 20170310/170308234318-db9c20b5b91b13d6059f25866d5935db (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.