Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2021 SAM #7232
SOLICITATION NOTICE

66 -- Photon Doppler Velocimetry (PDV) System

Notice Date
9/17/2021 7:15:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
 
ZIP Code
77058
 
Solicitation Number
80JSC021Q0016
 
Response Due
8/20/2021 10:00:00 AM
 
Archive Date
10/20/2021
 
Point of Contact
Seliste Acres, Phone: 281-244-0702, Jerry G. Meeks Jr., Phone: 2812448870
 
E-Mail Address
seliste.c.acres@nasa.gov, jerry.g.meeks@nasa.gov
(seliste.c.acres@nasa.gov, jerry.g.meeks@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 80JSC021Q0016 for One (1) each eight (8) channel Photon Doppler Velocimetry (PDV) System for use at the B352 Pyrotechnics Test Facility, delivered NASA/Johnson Space Center, Houston, Texas, 77058. See attached Statement of Work (SOW). The provisions and clauses in the RFQ those in effect through FAC 2021-06. This acquisition is Small Business Set-Aside. The NAICS Code and Size Standard are 334515 and 750 of 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 (JSC) 2101 NASA Parkway Houston TX 77058 See attached Statement of Work (SOW) for delivery schedule. Offers for the items(s) described above are due by Friday August 20, 2021 by 12:00 PM Central Time to Seliste Acres at seliste.c.acres@nasa.gov and Jerry G. Meeks Jr. at jerry.g.meeks@nasa.gov 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, (JUL 2021) 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. 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: 1.� Technical Approach 2.�� Schedule 3. � Past Performance 4. � Price Past Performance that demonstrates the offeror�s ability and likelihood to successfully complete contract requirements will be rated more highly than past performance that does not. ��Documentation must be provided in order to be considered. 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 evaluation factor will be evaluated by reasonableness of total price. ����� Offerors shall demonstrate past experience in all areas of the Statement of Work by�submitting information on similar work performed in the last three (3) years from the date of�the solicitation.�� References with Government contracts are preferred, but not required. ���� Offerors with no past performance experience shall so state. ��� Past performance information is limited to one (1) page per contract or reference and three (3)�contracts/references total. �The following information shall be provided: �� Contract number, cage code, NAICS code, and Duns number (if other than the prime, provide�the prime�s contract number and the offeror�s cage code and Duns number). �� Contract value (If other than the prime, provide the overall contract value and the subcontract�contract value). All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, (Feb 2021) Alt I (Oct2014) 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) are attached. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (JUL 2021) is applicable and the following identified clauses are incorporated by reference are attached. NASA Clause 1852.215-84, Ombudsman (NOV 2011), 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.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).������� All contractual and technical questions must be submitted electronically via email to Seliste Acres at seliste.c.acres@nasa.gov and Jerry G. Meeks Jr. at jerry.g.meeks@nasa.gov not later than Monday August 16, 2021 by 12:00 PM Central Time. Telephone questions will not be accepted. Responses to this combined synopsis/solicitation must be received via email no later than Friday August 20, 2021 by 12:00 PM Central 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 52.212-1 Instructions to Offerors - Commercial Items (Jul 2021).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9e465e78bbd2438e98887365ba12a824/view)
 
Place of Performance
Address: Houston, TX 77058, USA
Zip Code: 77058
Country: USA
 
Record
SN06137235-F 20210919/210917230120 (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.