Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

48 -- GASEOUS NITROGEN RCS REGULATORS

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
332912 — Fluid Power Valve and Hose Fitting Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07219296Q
 
Response Due
10/1/2007
 
Archive Date
9/14/2008
 
Small Business Set-Aside
N/A
 
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 seven (7) ea. Gaseous Nitrogen Reaction Control System (RCS) Regulators per the attached specifications. The provisions and clauses in the RFQ are those in effect through FAC 05-17. The NAICS Code and the small business size standard for this procurement are 332912 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 NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 is required within eight (8) months 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 2:00 EDT, October 1, 2007 to NASA/Glenn Research, Attn: Carol J. Cobbs, MS 500-319, 21000 Brookpark Road, Cleveland, OH 44135, or e-mail: carol.j.cobbs@nasa.gov, 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, DUNS No., identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, 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 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), 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, 52.219-8, 522.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-5, 52.225-13, 52.232-34. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html 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 Carol J. Cobbs not later than October 24, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the following criteria: All subsections below will be combined to give a best value rating to each offeror?s proposal. (1) TECHNICAL QUALITY This factor indicates, for each offeror, the merit or excellence of the work to be performed or product to be delivered. This factor consists of the following subfactors. The sub factors will then be consolidated into a single Technical Quality rating. (a) Ability to Meet Specifications Proposals will be evaluated to determine how well the Offeror proposes to meet the government?s technical specifications in accordance with the Statement of Work. The Offeror's technical approach to analysis, design, fabrication, test and evaluation will be evaluated. (b) Delivery Schedule Proposals will be evaluated to determine how well the Offeror responds to the need for timely delivery of the components listed in the Statement of Work. The Offeror's proposed delivery schedule will be evaluated. (c) Quality Assurance Proposals will be evaluated to determine how well the Offeror responds to the need for quality assurance for all delivered components. The Offeror?s quality assurance process along with delivered test reports and certifications, fabrication drawings, engineering drawings, schematics and diagrams will be evaluated. (2) PRICE The total price associated with providing each component in the Statement of Work will be evaluated. (3) PAST PERFORMANCE The offeror?s demonstrated capability to deliver hardware which meets technical quality within agreed to schedule and cost will be evaluated. Demonstrated ability to deliver aerospace flight hardware will be considered advantageous. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: ?The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.? The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . 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#127053)
 
Record
SN01407932-W 20070916/070915200235 (fbodaily.com)
 
Source
FedBizOpps 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.