Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2004 FBO #1010
SOLICITATION NOTICE

99 -- GUIDED MISSILE AND SPACE VEHICLE MANUFACTURING

Notice Date
8/30/2004
 
Notice Type
Solicitation Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, NASA Headquarters Acquisition Branch, Code 210.H, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NN-H-04-070647
 
Response Due
9/14/2004
 
Archive Date
8/30/2005
 
Point of Contact
Genia M Lyons, Contracting Officer, Phone (301) 286-6638, Fax (301) 286-0357, Email Genia.M.Lyons@nasa.gov
 
E-Mail Address
Email your questions to Genia M Lyons
(Genia.M.Lyons@nasa.gov)
 
Description
The Vehicle Systems Program (VSP) is the vehicle technology development function for the Aeronautics Technology Theme within NASA?s Aeronautics Enterprise. VSP was created in fiscal year 2003 to combine seven projects developing air vehicle technologies into one comprehensive program. In order to focus the technology development within each project, six conceptual vehicles are defined which reflect the various technologies being developed across the program. The purpose of this contract is to construct sets of large and small models of the conceptual vehicles to aid in VSP outreach activities. The Contractor shall build and deliver 2 sets of large and 4 sets of small models of the VSP conceptual vehicles. Sizes are defined below. The Government will provide 3-views of the models in the JPEG image format. The six conceptual vehicles are defined as: Subsonic Transport (ST) Supersonic Aircraft (SSA) Rotocraft (RC) Extreme Short Takeoff and Landing (ESTOL) Personal Air Vehicle (PAV) Uninhabited Air Vehicle (UAV) Deliverables: Note on model sizes: The following sizes are based on sizing the various models to one another not by scale but by relative size. This creates models in the same set at difference scales, but avoids creating models that are undesirably large or small. Large Models (2 sets required): ST - 5' wing span, fuselage to scale SSA - 5' fuselage length, wing to scale RC - 4' fuselage length, wing to scale ESTOL - 4' fuselage length, wing to scale PAV - 3.5' fuselage length, wing to scale UAV - 5' wing span Small models (4 sets required): ST - 12" wing span, fuselage to scale SSA - 12" fuselage length, wing to scale RC - 10" fuselage length, wing to scale ESTOL - 10" fuselage length, wing to scale PAV - 9" fuselage length, wing to scale UAV - 12" wing span Stands: Each model shall be mounted on a statically stable stand sufficient to support the weight of the model. The stand shall be designed in a manner to not distract from the model?s appearance. It is preferable to have the large stands created in a manner that allows for displaying from the floor or a standard height table. Finish: The models shall be finished with paint and decals to achieve a look typical of that reflected in the images. No detail on the interior of vehicles is expected. No landing gear is required. All vehicles shall follow the same exterior scheme, which will be selected by time of contract award. Shipping Containers: Each large model shall be delivered with its own shipping crate. A set of small models may be contained within one shipping crate. The crates shall be of a material sufficient to prevent damage to the models during standard shipping on commercial carriers. The period of performance shall be 3 months from date of award. 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The following information must be submitted with your offer. If you do not submit the following information, you will not receive any consideration. 1. Offerors shall provide references and points of contact for at least three customers for work of similar technical scope and complexity within the past 5 years. References may be public or private, but the focus should be on Federal customers. 2. Offerors shall provide descriptive literature. Descriptive literature means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a products characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. Web site links are not an acceptable form of descriptive literature. The Government intends to award to the lowest, responsive, responsible, technically acceptable offeror. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. Questions regarding this acquisition must be submitted in writing (e-mail is preferred) no later than September 6, 2004. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the model RFQ and amendments (if any). Offerors must submit timely proposals. Offers are to be submitted by 4:00 pm EST on September 13, 2004 to the following address: NASA/Goddard Space Flight Center Attn: Genia Lyons, Code 210.H Greenbelt Road Greenbelt, MD 20771 An ombudsman has been appointed - See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs link below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=04#112293)
 
Record
SN00660638-W 20040901/040831064854 (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.