Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2004 FBO #0870
SOLICITATION NOTICE

99 -- VACUUM BOX FOR THE NEXT GENERATION LAUNCH TECHNOLOGY

Notice Date
4/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ04057583Q
 
Response Due
4/27/2004
 
Archive Date
4/12/2005
 
Point of Contact
Michele H. Ladrach, Contract Specialist, Phone (281) 483-6096, Fax (281) 244-5331, Email michele.h.ladrach@nasa.gov - Tim A. Boyes, Contract Officer, Phone (281) 483-1838, Fax (281) 244-5331, Email timothy.a.boyes@nasa.gov
 
E-Mail Address
Michele H. Ladrach
(michele.h.ladrach@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; offers are being requested and a written solicitation will not be issued. It is the vendor's responsibility to monitor the NASA Acquisition Internet Service (NAIS) Electronic Posting System (EPS) for the release of any amendments to this RFQ. This notice is being issued as a Request for Quotations (RFQ) for a Vacuum Box For The Next Generation Launch Technology (NGLT) Program. The Statement of Work and other specifications are linked to this announcement. The provisions and clauses in the RFQ are those in effect through FAC 01-21 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 333999 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to White Sands Test Facility (WSTF) in Las Cruces, New Mexico is required 4 months from ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 pm, CDT on April 27, 2004 to NASA/Johnson Space Center, Attn: BH13/Michele Ladrach, 2101 NASA Parkway, Houston, TX 77058 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: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2004), Instructions to Offerors-Commercial, 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 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2004), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003 is incorporated by reference. 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 All contractual and technical questions must be in writing (e-mail or fax) to Michele Ladrach not later than April 19, 2004. Telephone questions will not be accepted. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). The following additional information is required from the Offerors; 1. Efforts should be made to keep offers as brief as possible, concentrating on substantive information essential for a proper evaluation. Technical information shall not exceed 20 pages. 2. Descriptions of the offeror’s resources, facilities, and equipment (i.e., including manufacturing, test, computational, analytical, experimental, etc.) proposed for use during the project, including the availability and commitment of the facilities and equipment. The proposal shall also address the same from any subcontractors or outside organizations along with the role of each. 3. The offeror’s proposal shall briefly describe the qualifications and experience of the personnel to be assigned to the project. 4. FACSIMILE or email offers are acceptable. EVALUATION - COMMERCIAL ITEMS (FAR 52.212-2) (JAN 1999) (a) 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 (See FAR 2.101, Best Value). The following factors shall be used to evaluate offers, with consideration given to the factors of past performance, proposed technical merit, and price. Offers must provide the following critical information: 1. Information on 3 past Vacuum Chamber contracts, listing contract number, contract value, customer name and point of contact (including address, telephone and fax numbers and e-mail address, if available) description of the vacuum chamber and status of the contract. Offerors will not be penalized for lack of Government contracting experience. 2. A matrix showing how each part of the Statement of Work and specifications will be met and tested. 3. Description of standards and practices for welding, cleaning, and vacuum leak testing. 4. Description of vendor quality control standards. This procurement shall be conducted utilizing Best Value Selection (BVS), which seeks to select an offer based on the best combination of price and qualitative merit of the offers submitted and reduce the administrative burden on the offerors and the Government. BVS takes advantage of the lower complexity of simplified acquisition procurements and predefines the value characteristics which will serve as the discriminators among offers. BVS evaluation is based on the premise that, if all offers are of approximately equal qualitative merit, award will be made to the offeror with the lowest evaluated price (fixed-price contracts) . However, the Government will consider awarding to an offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an offeror whose proposal has lower qualitative merit if the price (or cost) differential between it and other proposals warrant doing so. The statement of work included serves as the Government's baseline requirements. Those offers determined to meet the baseline requirements will be judged against these value characteristics listed below which establish what the Government considers to be valuable in an offer beyond the baseline requirements. The value characteristics are performance based and permit selection of the offer, which provides better results for a reasonable increase in price. All these factors combined are approximately equal to cost or price. On those value characteristics the offeror chooses to provide, adequate information should be submitted to permit proper evaluation. The following value characteristics are applicable to this procurement: 1. The vacuum chamber, testing and documentation exceed the requirements of the Statement of Work. 3. The relevant qualifications and experience of the key assigned personnel and their level of proposed commitment to the project. 4. The quality of equipment and facilities of the offeror proposed to perform the work specified. 5. The quality of offeror’s past performance on contracts delivering similar vacuum chambers. 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://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.eps.gov/spg/NASA/JSC/OPDC20220/NNJ04057583Q/listing.html)
 
Record
SN00564369-F 20040414/040412212749 (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.