Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

J -- Meter Class Autonomous Telescope 1.3m Optical Mirror Grinding - Attachment 1 - Statement of Work - Attachment 2 - Request for Quotation

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
80JSC018Q0022
 
Archive Date
6/8/2018
 
Point of Contact
Ashley N. Alessandrini, Phone: 281-244-8262
 
E-Mail Address
ashley.n.alessandrini@nasa.gov
(ashley.n.alessandrini@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - Request for Quotation Attachment 1 - Statement of Work COMBINED SNYOPSIS/SOLICITATION FOR COMMERICAL ITEMS 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. The synopsis/solicitation 80JSC018Q0022 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 published on 24 January 2018. This requirement has been deemed as a total small business set-aside. The associated NAICS code is 811219 (Other Electronic and Precision Equipment Repair and Maintenance), with a size standard of $20.5 M. The Contractor will provide the services to repair any surface etching on a 1.3m Zerodur® mirror glass by either polishing and/or grinding the mirror to restore it to the original condition. All responsible sources may submit a quote which will be considered. See Attachments for Submittal of Quotation: -Attachment 1 - Statement of Work -Attachment 2 - Request for Quotation Please refer to Attachment 2, Statement of Work (SOW) for a detailed description of requirements. The period of performance shall be 120 days or less (SOW 3.0 Period of Performance). Please refer to SOW, 2.0 Place of Performance, for all the specifics on shipping, delivery and acceptance. Removal of exiting coating and recoating service shall occur at the vendor's coating facility. The following clauses and provisions are incorporated (full text of the clauses and provisions may be accessed electronically at http://www.acquisition.gov/far/index.html ) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-2, Evaluation -- Commercial Items (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 are in descending order of importance and shall be used to evaluate offers: 1. Technical Capability: Technical acceptability will be determined by review of information submitted in the quotation, which must provide sufficient detail to show that the product/services offered meets the Government's requirement. 2. Past Performance: Past Performance will be evaluated in accordance with FAR 15.304. 3. Price: The Government will evaluate the quoted price for award purposes by using price analysis techniques described in FAR 15.404-1(b) based on competition and other factors. Technical capability and past performance, when combined, are more important than price. (End of Provision) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, or complete electronic annual representations and certifications at SAM.gov. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018) is applicable and the following identified clauses are incorporated by reference: -52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) - 52.222-3, Convict Labor (June 2003) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-35, Equal Opportunity for Veterans (Oct 2015) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-37, Employment Reports on Veterans - 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) - 52.222-50, Combating Trafficking in Persons (Mar 2015) - 52.222-54, Employment Eligibility Verification (Oct 2015) - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (End of Clause) FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-12, Unique entity Identifier Maintenance (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-19, Incorporation of Reference of Representations and Certifications (Dec 2014) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10, Prohibition on contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.223-6, Drug-free Workplace (May 2001) FAR 52.232-1, Payments (Apr 1984) FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) FAR 52.232-17, Interest (May 2014) FAR 52.232-23, Assignment of Claims (May 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.242-13, Bankruptcy (Jul 1995) FAR 52.242-15, Stop-Work Order (Aug 1989) FAR 52.242-17, Government Delay of Work (Apr 1984) FAR 52.243-5, changes and Changed Conditions (Apr 1984) FAR 52.246-4, Inspection of Services - Fixed-Price (Aug 1996) FAR 52.246-11, Higher-Level contract Quality Requirement (Dec 2014) FAR 52.246-25, Limitation of Liability - Services (Feb 1997) FAR 52.247-29, F.o.b. Origin (Feb 2006) FAR 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984) NFS 1852.203-71, Requirement to Inform Employees of Whistleblower Rights (Aug 2014) NFS 1852.237-72, Access to Sensitive Information (Jun 2005) NFS 1852.245-72, Liability for Government Property Furnished for Repair or Other Services (Jan 2011) FAR 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed-Price contract resulting from this solicitation. (End of Provision) FAR 52.233-2, Service of Protest, (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 2101 NASA Parkway, Houston, TX., 77058 (Attention: Ashley Alessandrini/BH-4). (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) NFS 1852.215-84, Ombudsman (Nov 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and contractors during the pre-award and post-award phases of this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman is not to diminish the authority of the contracting officer, the Source Evaluation Board, or the selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of formal contract disputes. Therefore, before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. (b) If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman, whose name, address, telephone number, facsimile number, and e-mail address may be found at: http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the Agency ombudsman identified at the above URL. Please do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer or as specified elsewhere in this document. (End of clause) NFS 1852.216-78, Firm Fixed Price (Dec 1988) The total firm fixed price of this contract is $ (fill-in at the time of award). (End of clause) NFS 1852.232-80, Submission of Vouchers/Invoices for Payment (a) The designated payment office is the NASA Shared Services Center (NSSC) located at FMD Accounts Payable, Bldg. 1111, Jerry Hlass Road, Stennis Space Center, MS 39529. (b) Except for classified vouchers, the Contractor shall submit all vouchers electronically using the steps described at NSSC's Vendor Payment information web site at: https://www.nssc.nasa.gov/vendorpayment. Please contact the NSSC Customer Contact Center at 1-877-NSSC123 (1-877-677-2123) with any additional questions or comments. (c) Payment requests. (1) The payment periods designated in the payment clause(s) contained in this contract will begin on the date a proper request for payment is received by the NSSC payment office specified in paragraph (b) of this section. Vouchers shall be prepared in accordance with the guidance provided by the NSSC at the following website: https://answers.nssc.nasa.gov/app/answers/detail/a_id/6643. (2) Vouchers shall include the items delineated in FAR 32.905(b) supported by relevant back-up documentation. Back-up documentation shall include at a minimum, the following information: (i) Breakdown of billed labor costs and associated contractor generated supporting documentation for billed direct labor costs to include rates used and number of hours incurred. (ii) Breakdown of billed other direct costs (ODCs) and associated contractor generated supporting documentation for billed ODCs. (iii) Indirect rate(s) used to calculate the amount of billed indirect expenses. (d) Non-electronic payment. The Contractor may submit a voucher using other than the steps described at NSSC's Vendor Payment information through any of the means described at https://www.nssc.nasa.gov/vendorpayment, if any of the following conditions are met: (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment when the Government-wide commercial purchase card is used as the method of payment. (2) The contract includes provisions allowing the contractor to submit vouchers using other than the steps prescribed at NSSC's Vender Payment information website. In such instances the Contractor agrees to submit non-electronic payment requests using the method or methods specified in Section G of the contract. (e) Improper vouchers. The NSSC Payment Office will notify the contractor of any apparent error, defect, or impropriety in a voucher within seven calendar days of receipt by the NSSC Payment Office. Inquiries regarding requests for payment should be directed to the NSSC as specified in paragraph (b) of this section. (f) Other payment clauses. In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (g) In the event that amounts are withheld from payment in accordance with provisions of this contract, a separate payment request for the amount withheld will be required before payment for that amount may be made. (End of clause) Defense Priorities and Allocations System (DPAS) is not applicable. Responses to this combined synopsis/solicitation must be received via email no later than 5:00 PM Central Standard Time on 24 May 2018. Responses should include the solicitation # 80JSC018Q0022. All questions must be directed to the Contracting Officer, Ashley Alessandrini at 281-244-8262 or ashley.n.alessandrini@nasa.gov 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). The Government reserves the right to cancel this requirement without further notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/154399335c5d904a1f2fc769199513ac)
 
Place of Performance
Address: Vendor's Optical Lab, United States
 
Record
SN04926790-W 20180519/180517231125-154399335c5d904a1f2fc769199513ac (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.