Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

99 -- Fabrication of Commercial Space Flight Parts (FAB) Multiple Award Blanket Purchase Agreement (BPA)

Notice Date
2/13/2020 8:05:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC20Q0003
 
Response Due
3/13/2020 12:30:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Tasha Williams, Phone: 301.286.3459
 
E-Mail Address
tasha.williams@nasa.gov
(tasha.williams@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, NFS 1812, FAR Part 13, and NFS 1813, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for fabrication services and supplies. The solicitation number is 80GSFC20Q0003.� The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 2020-04. Clauses and provisions referenced in this synopsis/solicitation may be accessed electronically at: FAR: https://www.acquisition.gov/browse/index/far NFS: https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf This procurement is a 100% small business set-aside for commercial supplies and services. The primary NAICS Code and the small business size standard for this procurement is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing and 750 employees respectively. The vendor shall state in its quote its size status for this procurement. All responsible sources may submit a quote which shall be considered by the agency. NASA/GSFC plans to award multiple Blanket Purchase Agreements (BPAs) with a five-year ordering period for the Advanced Manufacturing Branch (AMB) for Goddard Space Flight Center. Individual calls under this BPA exceeding $25,000 will not be synopsized as all BPA�s will be established with the most qualified vendors to ensure maximum practicable competition. The BPA vendors shall provide fabrication services and supplies to the Manufacturing Engineering Group in their respective areas of expertise for the development of instruments and spaceflight and non-spaceflight hardware interchangeable piece parts. All staff supporting the activities described above will be located off-site at vendor�s facilities. Generally, orders will have quick response times to meet critical Spaceflight and Non-flight project requirements. The vendor questionnaire/vendor rotation categories list/rotation categories definitions, Blanket Purchase Agreement (BPA) terms and conditions and Statement of Work (SOW) are attached to this announcement. Vendors may propose in one or more categories. Vendor(s) having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures and up to three (3) past performance references that demonstrate their capabilities (See attached NASA/GSFC BPA Solicitation-Fabrication of Commercial Services and Supplies Vendor Questionnaire.) Documentation, literature and brochures are to be limited to 10 pages total.� The Government will award multiple BPAs resulting from this solicitation to vendor(s) that provide the best value to the Government.� The following factors shall be used to evaluate quotes:� (1) Technical Capability; and, (2) Past Performance.� The Technical Capability factor is significantly more important than the Past Performance factor. The Government will evaluate the following: Literature, brochures and references that demonstrate vendor�s capabilities to manufacture engineering drawings with aerospace industry tolerances that meet one or more rotation categories. Total number, sizes, and variety of primary fabrication equipment directly supporting chosen rotation categories. This may include, but is not limited to: computer numerically controlled mills; lathes; electrical discharge machining; waterjet cutters; lasers; punch presses, and brakes etc. This is not to include secondary support equipment such as cutoff saws, grinders, sanders, forklifts etc. Number and variety of fabrication processes selected on the rotation category checklist and the vendor�s ability to provide the broadest range of resources. Preference may be given to vendors who are able to provide multiple rotation services, thus providing support on several different rotational categories may be considered favorably. Total number, sizes, and variety of vendor�s inspection equipment.� The fabrications of products or services proposed as �spaceflight� are required to be ISO 9001 or AS9100 compliant, items proposed as �non-flight� will not require respondents to be ISO 9001 or AS9100 compliant. Vendors shall indicate if they are ISO 9001 or AS9100 compliant and provide supporting documentation. The vendor shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the SOW in the solicitation performed for Federal, State or local Governments, and for commercial firms.� Information shall be provided on either: 1) all such contracts within the past three years; or, 2) the last three such contracts performed, whichever is fewer. Further, information shall be limited to the name and address of the organization for which the product was supplied and services were performed; the e-mail address; phone number and contact name for each contract listed. The vendor should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve it. The information may also include a description of any quality awards earned by the vendor. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Vendors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. The vendor should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) is applicable. Addenda to FAR 52.212-4 is applicable and the clauses are identified in the BPA Terms and Conditions apply. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JAN 2020) is applicable and the �clauses are identified in the BPA Terms and Conditions apply. Vendors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018) which is incorporated by reference. Vendor(s) must complete blocks 17a, 30a, 30b and 30c of the Standard Form 1449 (SF1449) in response to this RFQ.� A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful vendor(s) within the time for acceptance specified in the quote, shall result in a BPA without further action by either party. The following addenda also applies: The provisions at 52.204-7, System for Award Management, (OCT 2018) and 52.204-16, Commercial and Government Entity Code Maintenance (JUL 2016). Vendors must include a completed copy of the provision at 52.212-3 (DEC 2019), Offeror Representations and Certifications - Commercial Items with their quote (not included in 10 page limitation), or complete electronic annual representations and certifications at SAM.gov. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at URL: http://prod.nais.nasa.gov/pub/pub_library/Omb.html Interested vendors may submit their capabilities and qualifications in writing to Tasha Williams, Contracting Officer via email transmission at: tasha.williams@nasa.gov, no later than 3:30 p.m. Eastern time on March 13, 2020.� The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines. Failure to submit a complete electronic quote by the due date and time specified for this RFQ will result in the quote being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors � Commercial Items (OCT 2018). Questions regarding this acquisition must be submitted in writing via email to the above points of contacts no later than 3:30 p.m. Eastern time on February 26, 2020. Potential vendors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d8d432dcaac4b52ad50658271b09009/view)
 
Record
SN05562226-F 20200215/200213230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.