Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2021 SAM #7038
MODIFICATION

A -- Learjet Acoustic Test using CJ610 engines to assess flyover noise levels

Notice Date
3/5/2021 10:58:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA GLENN RESEARCH CENTER CLEVELAND OH 44135 USA
 
ZIP Code
44135
 
Solicitation Number
80GRC021Q0006
 
Response Due
3/26/2021 1:00:00 PM
 
Archive Date
04/10/2021
 
Point of Contact
Ian C. Park, Phone: 2164333130
 
E-Mail Address
ian.park@nasa.gov
(ian.park@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, 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 80GRC021Q0006 for Learjet Acoustic Test using CJ610 engines to assess flyover noise levels. The provisions and clauses in the RFQ are those in effect through FAC 2021-03. This acquisition is a TOTAL SMALL BUSINESS SET-ASIDE. The NAICS Code and Size Standard are 541715 (Size standards in number of 1,000) 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. See information on deliverable on RFQ and its Attachment A � Statement of Work. Delivery shall be free on board (FOB) Destination. Offers for the items(s) described above are due by April 2nd, 2021 to Ian Park, Contracting Officer 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 part of Section L of the RFQ 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 52.212-2, 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: See Section M of RFQ All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2021) or complete electronic annual representations and certifications at SAM.gov with its offer. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JAN 2021) is applicable, and can be found in Section I of RFQ. 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 are encouraged to notify this office of their intent to submit an offer.� All contractual and technical questions must be submitted electronically via email to ian.park@nassa.gov not later than March 17th, 2021 03:00 PM Eastern Time).� Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via ian.park@nasa.gov no later than March 26th, 2021 04:00PM Eastern Time. 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) and FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94e9c69f8fe043c58c99165080d96155/view)
 
Place of Performance
Address: OH, USA
Country: USA
 
Record
SN05934319-F 20210307/210305230105 (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.