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