Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2005 FBO #1234
SOLICITATION NOTICE

A -- SECURITY POLICY FOR AIRCRAFT DATA

Notice Date
4/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05108204Q
 
Response Due
4/26/2005
 
Archive Date
4/11/2006
 
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. This notice is being issued as a Request for Quotations (RFQ) for Security Policy for Aircraft Data. The provisions and clauses in the RFQ are those in effect through FAC 05-02. The NAICS Code and the small business size standard for this procurement are 541710 and 500 employees 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 GRC is required within four months after the effective date of order. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by April 26, 2005 by 4:00 PM EST to Glenn Research Center, ATTN: Kelly Boos MS 500-306, 21000 Brookpark Rd, Cleveland, OH 44135 and MUST INCLUDE solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), Cage code, quantity, unit price, extended price, identification of any special commercial terms, and be signed by an authorized company representative. Missing information delays award and may disqualify company from consideration. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), 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 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: See attached RFQ. 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 Kelly Boos not later than April 25, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose quote will be most advantageous to the Government (See FAR 2.101, Best Value), with consideration given to the factors of technical merit, price, and past performance. Offers must provide: (1) adequate past performance information of at least three previous contracts held with Government Agencies or Private Industry, and (2) product literature or other information to allow the Government to determine technical merit. Best Value Criteria: 1.Previous experience in developing security policy documentation. 2.Past performance. See (1) above. 3.Familiar/experience with aviation data systems. It is critical that offerors provide adequate detail to allow evaluation of their offer. 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 or complete annual representations and certifications electronically via the Online Representations and Certifications application (ORCA) website at http://orca.bpn.gov. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". 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=22 . 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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#114971)
 
Record
SN00786195-W 20050413/050411212750 (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.