Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

16 -- VIPER Fabrication Services

Notice Date
9/16/2020 10:09:22 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC020Q0018
 
Response Due
10/1/2020 2:00:00 PM
 
Archive Date
10/16/2020
 
Point of Contact
Bermuda Brittingham, Phone: 2812446972, Tawana Paschal, Phone: 2812445072
 
E-Mail Address
bermuda.a.brittingham@nasa.gov, tawana.j.paschal@nasa.gov
(bermuda.a.brittingham@nasa.gov, tawana.j.paschal@nasa.gov)
 
Description
Amendment 2: THIS NOTICE CONSTITUTES AMENDMENT NO. 2 TO THE COMBINED SYNOPSIS/SOLICITATION FOR VIPER Fabrication Services�which was posted on�Sept 4, 2020. You are notified that the following changes are made: Added attachments: OBTAINING ACESS TO EXPORT CONTROLLED CONTENT Fabrication Services�Performance Specification CAD (.stp)�Files (This addition completes all of the drawings). All items in the document library are to be treated as export controlled and used for proposal preparation purposes only. Please complete document Obtaining Access to Export Controlled Content prior to requesting access. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any) Amendment 1: THIS NOTICE CONSTITUTES AMENDMENT NO. 1 TO THE COMBINED SYNOPSIS/SOLICITATION FOR VIPER Fabrication Services�which was posted on�Sept 4, 2020. You are notified that the following changes are made: Added attachments: Questions and Answers - 80JSC020Q0018 OBTAINING ACESS TO EXPORT CONTROLLED CONTENT Fabrication Services�Performance Specification CAD (.stp)�Files All items in the document library are to be treated as export controlled and used for proposal preparation purposes only. Please complete document Obtaining Access to Export Controlled Content prior to requesting access. The proposal submission date has been changed to 4:00PM CST,�October 1, 2020. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any). This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a �Request for Quotations (RFQ) under solicitation number 80JSC020Q0018 for Fabrication Services of Non-Functional Components of the VIPER Surface Segment. See attached Statement of Work and Performance Specification. The provisions and clauses in the RFQ are those in effect through FAC Federal Acquisition Circular 2020-07. The NAICS Code and Size Standard are 332312 and 500 employees, respectively.� The offeror shall state in their offer their size status for this acquisition. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA Johnson Space Center is required after receipt of order.� See Statement of Work�for delivery schedule.� Specific deliverables and timelines will be included in the task orders. Delivery shall be free on board (FOB) Destination. Offers for the items(s) described above are due by September 25, 2020 no later than 4:00PM CST to NASA Johnson Space Center 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:https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at: FAR - https://www.acquisition.gov/browse/index/far���������� NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items, (JUN 2020) 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. Offerors shall provide the information required by FAR 52.212-2, Evaluation � Commercial Items, (OCT 2014) which is incorporated by reference. �The Government will award an IDIQ�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: The efficacy and cost associated with the proposed fabrication methods and materials that will enable the assembly of the VIPER Surface Segment. The ability of the vendor to meet, or exceed, the requested delivery schedule. A Technical Approach that is more likely to exceed requirements will be rated higher than a Technical Approach that is only likely to meet requirements or unlikely to meet requirements. Price evaluation factor will be evaluated by reasonableness of total price.� Price realism assessment will be performed utilizing the offeror's other than certified cost and pricing data. Realism will be assessed to ensure the price is realistic for the offeror to successfully perform the effort in the manner proposed in the technical approach. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (AUG 2020), or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) is applicable. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (AUG 2020), is applicable and the following identified clauses are incorporated by reference: See attached terms and conditions. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html� This posting, in addition to any attached documents, will be available on www.beta.sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).� Prospective offerors shall notify this office of their intent to submit an offer.� All contractual and technical questions must be in writing (via e-mail) to Bermuda Brittingham at bermuda.a.brittingham@nasa.gov and Tawana Paschal at tawana.j.paschal@nasa.gov no later than 4:00 P.M. Central Standard Time on 9/11/2020. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email to Bermuda Brittingham at bermuda.a.brittingham@nasa.gov and Tawana Paschal at tawana.j.paschal@nasa.gov no later than 4:00 P.M. Central Standard Time on 9/25/2020. Responses should include the solicitation number 80JSC020Q0018.� 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 proposal by the due date and time specified for this RFQ shall result in the proposal being considered late, and shall be handled in accordance with FAR 52.214-7, Late Submissions, Modifications and Withdrawals of Bids (NOV 1999), , FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020). All items in the document library are to be treated as export controlled and used for proposal preparation purposes only. Please complete document Obtaining Access to Export Controlled Content prior to requesting access.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1e272fb687cf445da2db99eee18c74a0/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN05799759-F 20200918/200916230201 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.