Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

61 -- Continuous Jet Start Units

Notice Date
4/7/2021 9:52:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
NASA ARMSTRONG FLIGHT RESEARCH CNTR EDWARDS CA 93523 USA
 
ZIP Code
93523
 
Solicitation Number
80AFRC21Q0004
 
Response Due
4/15/2021 7:00:00 AM
 
Archive Date
04/30/2021
 
Point of Contact
Rosalia Toberman, Phone: 6612763931, Eleonor Barron, Phone: 661-276-5521
 
E-Mail Address
rosalia.toberman-1@nasa.gov, eleonor.barron@nasa.gov
(rosalia.toberman-1@nasa.gov, eleonor.barron@nasa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this amendment is to 1) extend the quote due date to 04/15/2021 at 10:00am PT; and 2) respond to questions received refer to attachment SF-30. 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�80AFRC21Q0004�for�two (2) Continuous Jet Start Units. The provisions and clauses in the RFQ are those in effect through FAC�2021-05. The NAICS Code and Size Standard are�333611�and�1,500 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. 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. The Government will award one contract resulting from the solicitation to the responsible offeror based upon the source selection process of Lowest Price Technically Acceptable. Technical acceptability will be determined from information submitted by the quoter which must provide sufficient details to show that the product quoted meets the Government's requirements. 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 52.212-4, 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,�(Jan 2021)�is applicable. 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� All contractual and technical questions must be submitted electronically via email to rosalia.toberman-1@nasa.gov and�eleonor.barron@nasa.gov no later than 12:00 p.m. PT on March 31, 2021. Responses to this combined synopsis/solicitation must be received via�email to rosalia.toberman-1@nasa.gov and eleonor.barron@nasa.gov�no later than�4:00pm PT�on�April 8, 2021. ��� 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 52.212-1 Instructions to Offerors - Commercial Items (JUN 2020).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a60e9ff09104ead8af8f3379d653781/view)
 
Place of Performance
Address: Palmdale, CA 93550, USA
Zip Code: 93550
Country: USA
 
Record
SN05965362-F 20210409/210407230117 (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.