Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

99 -- RADIO CONTROLLED AIRSHIP

Notice Date
8/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFQ2-38193-MEL
 
Response Due
8/29/2002
 
Point of Contact
Mark E. Lefler, Contracting Officer, Phone (650) 604-3038, Fax (650) 604-4984, Email mlefler@mail.arc.nasa.gov
 
E-Mail Address
Email your questions to Mark E. Lefler
(mlefler@mail.arc.nasa.gov)
 
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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA Ames Research Center intends to purchase a Radio Controlled Airship for use as a telecom relay for a group of RC/UAV test-platforms at NASA-Ames Research Center. The minimum requirements for the Airship are: 1) Envelope: non rigid 2) Lifting Gas: helium, 3) Powerplant: gas or electric (electric is preferred), 4) Vectored thrust, tail surface control (or both) is optional, 5) Tethered and free-flight capability, 6) Outdoor flight capability, 7) Max Leak Rate: 4% /day, 8) Gondola Payload Area: 6" x 12" x 6", 9) Performance: a) Payload: 6-10 lbs, b) Speed: 30 kt, c) Capable of flying in 20 mph winds, d) Altitude: 400 - 1000 ft AGL, e) Flight Duration: 30 minutes, 10) Radio Controller: a) Control Range: 1 mile, b) Configured to 72.710 Mhz, 11) Ancillary Equipment- a) Filling hose, b) Extra battery pack plus charger (if battery powered), c) Ground-handling and tie-down equipment, 12) Documentation: a) Operators manual, b) Assembly instructions, c) Parts list. The provisions and clauses in the RFQ are those in effect through FAC 01-07. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 421920 and 500 personnel, 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 ARC is required within 6 weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:00 pm PST, August 29, 2002 and may be mailed or faxed to David Andrews, M/S 213-6, NASA ARC, Moffett Field, CA 94035-1000, (650) 604-1433 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. Quoters shall provide the information required by FAR 52.212-1. 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 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference: 1852.204-74 Central Contractor Registration, 1852.215-84 Ombudsman, 1852.223-72 Safety and Health, 52.232-93 Submission of Invoices-Fixed Price, 52.222-3, 52.233-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-3452.232-33. 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 Questions regarding this acquisition must be submitted in writing no later than August 22, 2002 to the attention of David Andrews, NASA-Ames Research Center, Building 213, room 110, Moffett Field,CA 94035. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. Quoters must provide two references of previous orders for the item quoted. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). 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 NASA Specific Note "B". Prospective quoters shall notify this office of their intent to submit a quotation. It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=21 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
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#102647)
 
Record
SN00139961-W 20020815/020813213858 (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.