Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2002 FBO #0074
SOLICITATION NOTICE

66 -- MIRROR QUADRANT COMPONENTS

Notice Date
2/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Goddard Space Flight Center, Code 216, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFO5-08084-205
 
Response Due
3/5/2002
 
Archive Date
2/12/2003
 
Point of Contact
Loren M. Kruger, Contracting Officer, Phone (301) 286-6687, Fax (301) 286-1773, Email Loren.M.Kruger.1@gsfc.nasa.gov - Leigh Anne C. Giraldi, Contracting Officer, Phone (301)286-3318, Fax (301)286-1773, Email Leigh.Anne.C.Giraldi.1@gsfc.nasa.gov
 
E-Mail Address
Email your questions to Loren M. Kruger
(Loren.M.Kruger.1@gsfc.nasa.gov)
 
Description
NASA/GSFC intends to purchase the Mirror Quadrant Components on a sole basis from Norman Noble, Inc. based upon their capacity to precisely control both the machining and the anodizing of the Alignment Bars for the mirrors. Norman Noble has been manufacturing the Alignment Bars for the GSFC since 1985. During that time, the Contractor has gained the experience necessary to be able to manufacture the Alignment Bars to GSFC's exacting specifications. This ability is crucial to the success of the Astro-E2 mission, which has an extremely tight schedule and a very limited budget. 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 notice is being issued as a Request for Offer for 40 Mirror Housings, 40 Side Plates, 80 Outer Couplings, 80 Inner Retainer Plates, 16 sets of Alignment Bars for the 4.75 m focal length mirrors, and 4 sets of Alignment Bars for the 4.50 m focal length mirrors. The requirement will also include options for up to 6 additional Mirror Housings and up to 6 sets of Alignment Bars for either the 4.50 m or 4.75 m focal length mirrors. The period of performance for this contract will be five (5) years from award. The provisions and clauses in the RFO are those in effect through FAC 01-03. The NAICS Code and the small business size standard for this procurement are 333314 and 500 employees respectively. The Offeror shall state in their offer their size status for this procurement. Within 90 days after receipt of order, the Vendor shall deliver to Code 662 one delivery quantity of Item 1 (2 Housings, 2 Side Plates, 4 Outer Couplings, and 4 Inner Retainer Plates) plus one set of (Item 2) Alignment Bars (parts -9, -11, -13, and -15). After the evaluation period plus 30 days, Code 662 will release the hold on deliveries; the Vendor will deliver Items as follows: One delivery quantity of Item 1 every 4 weeks until all are delivered; One set of Item 2 Alignment Bars, parts -9, -11, -13, -15, every 4 weeks until all are delivered. After all Alignment Bars of 4.75 m focal length are delivered, continue with delivery of Item 2 Alignment Bars, parts -1, -3, -5, -7, every 4 weeks until all are delivered. The Vendor may deliver Item 1 quantities and Item 2 sets simultaneously. The Vendor may deliver items more often than stated above upon approval by Code 662. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. The offer for the items(s) described above is due COB on March 5, 2002, to the point of contact 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. The Offeror is 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 offer. Evaluation--Commercial Items (a) The Government will be evaluating the Offeror's technical capability to meet the Government requirement and the proposed firm fixed price. (b) Options. The Government will evaluate the offer for award purposes, by adding the total price for all options to the total price for the basic requirement. The Government may determine that the offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ . These representations and certifications will be incorporated by reference in any resultant contract. FAR 52.212-4 - Contract Terms and Conditions - Commerical Items is applicable. Addenda to FAR 52.212-4 are as follows: Statement of Work. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (E.O. 11246) 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.222-36 - Affirmative Action for Workers with Disabilities (29 U.S.C. 793) 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) 52.229-3 - Federal, State, and Local Taxes (JAN 1991) The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 2:30 p.m. local time on February 28, 2002. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government to compete this proposed effort on a full and open basis, based upon reponses to this notice, is solely within the discretion of the Government.
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#100039)
 
Record
SN00025897-W 20020214/020212213337 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.