Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOLICITATION NOTICE

34 -- Orion Vehicle Mockup - Statement of Work

Notice Date
6/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ17626422Q
 
Archive Date
7/7/2017
 
Point of Contact
Vance Benton, , Shine Lin,
 
E-Mail Address
vance.benton@nasa.gov, shine.lin@nasa.gov
(vance.benton@nasa.gov, shine.lin@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW for Orion Mockup Procurement This notice is being issued as a Request for Quotations (RFQ) to machine high-fidelity components, based on Multi-Purpose Crew Vehicle (MPVC) Prime Contractor Lockheed Martin Computer-Aided Design (CAD) flight solid models. The components will be machined out of 6061 and 7075 Aluminum. Due to the fact that spacecraft components are optimized for strength and mass, the geometry of the parts is extremely complex, requiring large 5 axis Computer Numerical Control milling machines with minimum travel along the X axis of 68". Advanced Computer Aided Manufacturing (CAM) programming will also be required. Additionally, Electric Discharge Machining (EDM) is required for fabrication of certain of the components. Advanced fixturing will also be required. (See Attached Statement of Work) Certain Information required to submit a responsive quote is proprietary and subject to Export Control. In order for prospective vendors to receive consideration for this procurement, they must provide signed non-disclosure agreements and verification of Export Control compliance requirements. Upon receipt of these items the required data will be released, enabling the prospective vendor to develop a responsive quote. Non-disclosure agreements and verification of Export Control compliance document shall be submitted to Nathan Moore at nathan.r.moore@nasa.gov NLT 3:00 PM central Time on Jun14, 2017. The provisions and clauses in the Request for Quotation (RFQ) are those in effect through FAC 2005-95. The NAICS Code and the small business size standard for this procurement are 333249 and 500 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 of the requirements to 2101 NASA Parkway Houston, TX 77058 (Building 420) shall be no later than 18 weeks ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 3:00 PM Central time on Jun 22, 2017 to Vance Benton at vance.benton@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 are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (Jan 2017), Instructions to Offerors-Commercial Items, which is incorporated by reference. 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 (Jan 2017), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Jan 2017), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 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, 52.225-2, 52.225-3, 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 via e-mail to the Contracting Officer Shine Lin at shine.lin@nasa.gov no later than 3:00 PM Central Time June 15, 2016. Telephone questions will not be accepted. Selection and award will be made based on the Lowest Price Techincially Acceptable (LPTA). 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 service offered meets the Government's requirement. 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. 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 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f8909ad1d79d7e2e87bcd0b2435c4e0)
 
Record
SN04537664-W 20170610/170608234753-5f8909ad1d79d7e2e87bcd0b2435c4e0 (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.