Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2005 FBO #1362
SOLICITATION NOTICE

99 -- MINI AERCAM ISOLATION VALVE

Notice Date
8/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ05125783Q
 
Response Due
9/6/2005
 
Archive Date
8/17/2006
 
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for a miniature cold-gas latching isolation valve, for use on the Mini-AERCam Engineering Development Unit (EU). The EU is the flight prototype for a free-flying robotic camera platform, conceived as a second-generation version of the SPRINT vehicle that was flown on STS87 in 1997. Mini-AERCam is a highly integrated/miniaturized vehicle, combining three cameras, GPS, propulsion, power, avionics, communications, video-compression and illumination subsystems inside an 8-inch sphere. This procurement is for 2 ground-test-only units. Please see the attached Statement of Work and drawing for more detail on specifications. http://procurement.jsc.nasa.gov/NNJ05125783Q/SOW.DOC http://procurement.jsc.nasa.gov/NNJ05125783Q/ISO_VLV_Fig_1.pdf The provisions and clauses in the RFQ are those in effect through FAC 05-05. This procurement is a full and open competition. The NAICS Code and the small business size standard for this procurement are 336419 and 1000 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 the follownig address is required within 90 days ARO. Delivery shall be FOB Destination. Transportation Officer, Building 421 NASA Johnson Space Center Houston, TX 77058-3695 The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 1:30 CST on September, 6, 2005 to Julie Karr/BH2 NASA JSC 2101 NASA Parkway, Houston, TX 77058-9935 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. All contractual and technical questions must be in writing (e-mail or fax) to Julie Karr not later than August 24, 2005. Telephone questions will not be accepted. 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 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: 52.203-6, 52.219-4, 52.219-8, 52.219-23 (Alternate I), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.239-1. 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 Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements as follows shall also be considered: A. Past Performance 1) Past performance on similar projects (i.e. development and delivery of small thrust control valves). Provide at least three references. 2) A valve design which meets the Government?s baseline requirements and has been qualified/demonstrated for another/similar spaceflight application. Provide description of previous application and applicability to this procurement. 3) A. Ability to deliver hardware (either ground-test or flight units) within date established in the model contract. Provide rationale/examples that support this ability. B. Technical Merit 1) A dual coil latching valve design is the most desirable configuration, but single coil designs will be considered. 2) Maximum envelope of the valve is specified in the SOW, but a smaller, lower-power valve is desirable, subject to porting constraints as specified. 3) Minimum flow area of the valve is specified in the SOW, but greater flow capacity is desirable, subject to the overall envelope specified. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). 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.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#117128)
 
Record
SN00873150-W 20050819/050817213023 (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.