Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

A -- Flow Rake Design and Fabrication - Statement of Work and Quality Requirements

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
80AFRC18R0011
 
Point of Contact
Sandra L Morgan, Phone: 6612762192, Rosalia Toberman, Phone: 661-276-3931
 
E-Mail Address
Sandra.L.Morgan@nasa.gov, rosalia.toberman@nasa.gov
(Sandra.L.Morgan@nasa.gov, rosalia.toberman@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality requirements. Statement of work 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: 80AFRC18R0011; this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. This requirement is a 100% small business set-aside. NAICS code 336413 Small business size standard 1500 employees Contract Line Item Item Description Flow rake design and fabrication Quantity 1 job Description of requirements for the items to be acquired: See attached statement of work for design, fabrication, testing, and documentation requirements. Delivery & Acceptance: FOB Destination and acceptance point NASA Armstrong Flight Research Center at Edwards, California. Period of Performance: 10 months from date of contract award. The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition with the follow addenda to the provision: Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted electronically to the designated Government point of contact. As a minimum, offers must include - Technical Requirements: Offeror shall provide technical information that demonstrates the proposed items capability to meet or exceed the Government's requirement. That includes requirements listed in the attached quality document Q-2, provide and maintain an AS9100 certified Quality Management System; be responsible for Quality Assurance of their vendors; have a procedure for reporting non-conforming articles, materials and equipment; provide inspectors to verify work is completed in accordance with technical specification; utilize a system of positive tool control; certify that possession or ability to obtain all fixtures, tooling and support equipment necessary to perform required maintenance. See Statement of Work for specifics relating to required certifications and required work. This procurement is classified as "critical and complex" per NPR 8735.2 and paragraph 2.1 is applicable. Price: Offeror shall propose a total firm-fixed-price. Offeror must comply with the requirements of FAR 52.212-1(j) "Data Universal Numbering System (DUNS) Number" and FAR 52.212-1(k) "System for Award Management" to be eligible for award. 52.204-7 System for Award Management. (Oct 2016) 52.204 -16 Commercial and Government Entity Code Reporting (Jul 2016) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFP. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition with the follow addenda to the clause: 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. Price: Offeror shall propose a firm-fixed unit price and an extended price for the line item. Award will be made to the lowest priced, technically acceptable offeror. By submission of its offer, the offeror accedes to all RFP requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper. (May 2011) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.227-14 Rights in Data -- General (May 2014) as modified by NFS 1852.227-14 Rights In Data--General (Apr 2015). 52.227-16 Additional Data Requirements (Jun 1987) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-13 Bankruptcy (Jul 1995) 1852.204-76 Security Requirements for Unclassified Information Technology Resources (Jan 2011) 1852.215-84 Ombudsman (Nov 2011) 1852.223-75 Major Breach of Safety Or Security. (Feb 2002), Alternate I (Feb 2006) 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 (Jul 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, 52.209-10, 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 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, 52.233-3, 52.233-4 Offers are due: 12:00 pm Pacific Time, 12 September, 2018 Mail To: NASA/Armstrong Flight Research Center P.O. Box 273 M/S 4811-140 Edwards, CA 93560 Email: Rosalia.Toberman-1@nasa.gov Point of Contact: Rosalia Toberman (661) 276-3931 Rosalia.Toberman-1@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC18R0011/listing.html)
 
Record
SN05050186-W 20180824/180822231029-389cba3d939f083d62c31248ae619ae8 (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.