Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,2000 PSA#2599

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ

48 -- DESIGN, FABRICATION AND TESTING OF RELIEF VALVES AND BURST DISKS SOL 9-BJ2-18-0-19Q DUE 061300 POC Marie D. Kliment, Contracting Officer, Phone (281) 483-4168, Fax (281) 483-2138, Email marie.d.kliment1@jsc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ2-18- 0-19Q. E-MAIL: Marie D. Kliment, marie.d.kliment1@jsc.nasa.gov. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This notice is being issued as a Request for Quotation (RFQ) for the design, fabrication, test, and delivery of a set of relief valves and burst disks. This hardware will be used on the attitude control system of the Experimental Crew Return Vehicle (X-38) lifting body spacecraft. For relief valves, a total of two (2) ground test and three (3) flight units are required. For burst disks, a total of two (2) ground test and six (6) flight units are required. Delivery of ground test units (for both components) is required no later than 3 months after contract award date, while delivery of the flight units (for both components) is required no later than 5 months after contract award date. Offerors may submit proposals for one or both components. In instances where an offeror's proposal includes both components, the Government reserves the right to purchase one, the other, or both components. Required detailed specifications are included in the attached Statement of Work. Technical contact for this procurement is Rich Schoenberg. Mr. Schoenberg can be reached via telephone at (281)483-6437 or via e-mail at richard.j.schoenberg1@jsc.nasa.gov The provisions and clauses in the RFQ are those in effect through FAC 97-17. The SIC code and the small business size standard for this procurement are 3491 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to JSC is required as specified in above description. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above may be mailed or faxed to the identified point of contact and 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. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. FAR 52.212-1, FAR 52-212-3, FAR 52-212-4 and FAR 52.212-5a(1) and (2); FAR 52-212-5(b)(6), (7), (8), (9),and (10) are applicable. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 maybe obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ Questions regarding this acquisition must be submitted in writing no later than June 9, 2000. Oral communications are not acceptable in response to this notice. Quotations are due by June 13, 2000, to the address specified above and to the attention of the specified point of contact. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirements in the above-referenced Statement of Work. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=73 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html . Posted 05/10/00 (D-SN453372). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0210 20000512\48-0001.SOL)


48 - Valves Index Page