Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

16 -- AVIONICS MODIFICATIONS TO NASA S-3 VIKING AIRCRAFT

Notice Date
6/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC05116919Q
 
Response Due
7/11/2005
 
Archive Date
6/23/2006
 
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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation, offers are being requested and a written solicitation will not be issued. This procurement is not set aside for Small Businesses. This notice is being issued as a Request for Quotation (RFQ) for: Item 1:) Avionics system hardware modifications including Installation, Location and Interface of Avionics hardware to the NASA S-3 Viking Aircraft. All prospective contractors must be registered in the Central Contractor Registration Database prior to any award of contract or purchase order. Register at http://www.ccr . The provisions and clauses in the RFQ are those in effect through FAC 01-27. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The NAICS Code and the small business size standard for this procurement are 336411 & 1,500 employees respectively. The offeror shall state in their offer their size status for this procurement. Completion of all work is required within 150 calendar days after award of contract. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the services described above are due by July 11, 3:30 P.M. NASA Glenn Research Center local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135, and include solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number (if they use Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) and the Representations and Certifications (52.212-3)if not currently available on BPN, identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation. Offerors shall provide the information required by FAR 52.212-1(Jan 2004), Instructions of Offerors-Commercial which is incorporated by reference. If the end product(s) quoted 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. 52.212-4 (Oct 2003), Contract Terms and Conditions - Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: SEE ATTACHED TERMS AND CONDITIONS (MODEL CONTRACT) 52.212-5 (May 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: SEE ATTACHED TERMS AND CONDITIONS (MODEL CONTRACT) 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 questions (technical and contractual) regarding this solicitation must be submitted in writing to Michael Kinkelaar(e-mail:michael.j.kinkelaar@nasa.gov, fax 216 433-2480) not later than June 29, 2005. Telephone questions will not be accepted. All offerors must submit the following pursuant to this solicitation: 1.Signed 1449 cover page for Contract NNC05CB35C, (SEE ATTACHED MODEL CONTRACT DOCUMENT. 2.Signed Commercial Representations and Certifications-Commercial Items, 3. Filled in terms and conditions for Contract NNC05CB35C, containing a firm fixed price for the Avionics system hardware modifications including Installation, Location and Interface of Avionics hardware to the NASA S-3 Viking Aircraft.(Item 1). 4. Delivery date, Contractor's CAGE code, and any exceptions taken to the terms and conditions. 5. Information submitted by the offeror providing a description in sufficient detail to show that the product/service offered meets the Government's requirement. All of the required documents (above) must be submitted in writing to the NASA Contracting Officer not later than July 11, 2005, 3:30 P.M. Local time. It is preferred that all documents are e-mailed to the NASA Contracting Officer as well at Michael.J. Kinkelaar @nasa.gov. Documents may be faxed to (216) 433-2480 as well. ALL DOCUMENTS TRANSMITTED BY FACSIMILE MUST BE FOLLOWED WITH A HARD COPY TO THE NASA CONTRACTING OFFICER at: NASA Glenn Research Center 21000 Brookpark Road Attn: Michael Kinkelaar MS 500-306 Cleveland, OH 44135 The Statement of Work is contained in the attached Terms and Conditions, MODEL CONTRACT NNC05CB35C. Award will be based upon the overall best value to the Government among those offers that meet the technical requirements of Item 1.(SEE MODEL CONTRACT STATEMENT OF WORK (ATTACHED). Consideration will be given to the factors of technical merit, total price, and past performance. (Offerors shall provide a summary of their firm that includes how many years they have furnished the same or similar service required in the last 2 years.) Other critical requirements (i.e. delivery) if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes technical merit, total price and past performance are essentially equal in importance. Best value will be an important consideration in selection. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product/service offered meets the Government's requirement (see ATTACHED MODEL CONTRACT for technical requirements) and any best value criteria the offeror wishes to address. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b) and its amendment above). Best Value Criteria(BVC): The following will be BVC considerations: 1. Offeror having significant expertise in performing modifications to the Navy S-3 aircraft or similar platform through demonstrated performance. It is critical that offerors provide adequate detail to allow evaluation of their effort.(See 52.212-1 (b)(4)). 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://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website covers almost all reps and certs. Vendors access it at http://orca.bpn.gov . 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=C&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 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=22#116112)
 
Record
SN00835628-W 20050625/050623221245 (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.