Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

36 -- JET EXIT RIG JER SIX-COMPONENT FORCE TYPE AIR BALANCE

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08220788Q
 
Response Due
11/28/2007
 
Archive Date
11/21/2008
 
Point of Contact
Karin E. Huth, Chief, Aeropropulsion & Information Technology, Phone 216-433-2770, Fax 216-433-5489, Email karin.e.huth@grc.nasa.gov
 
E-Mail Address
Email your questions to Karin E. Huth
(karin.e.huth@grc.nasa.gov)
 
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 the design, fabricate, strain gage and calibration of one six component internal balance for a Jet Exit Rig (JER). Specifications for this item will be attached in an amendment to this synopsis or may be obtained by e-mail by contacting karin.e.huth@nasa.gov. The provisions and clauses in the RFQ are those in effect through FAC 2005-21. The NAICS Code and the small business size standard for this procurement are 333997 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, Cleveland, Ohio is required by September 30, 2009. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 PM Eastern time, 11/28/2007 to NASA Glenn Research Center, Attn: Karin Huth, MS 500-312, 21000 Brookpark Rd, Cleveland, OH 44135 or by fax to the attention of Karin Huth at (216)433-5489 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. 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 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Offerors must provide sufficient past performance information to establish experience within the past three years at the fabrication and installation of similar equipment. 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. Addenda to FAR 52.212-4 are as follows: An option will be included for the installation and calibration of this equipment within the JER. NASA will ship the JER to the contractor for installation, gage and calibration. This option must also include shipping of the full unit back to Cleveland, Ohio and on-site support at the Glenn Research Center for a minimum of one week to assist in check-out and installation on-site. Offerors shall provide a price breakdown that clearly shows the price for the design and fabrication of the force balance separate from the price for the installation, gage and calibration effort. 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: 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 Karin Huth not later than 11/27/2007. Questions may be faxed to (216) 433-5489. Selection shall be based on best value to the Government and will include an evaluation of past performance for similar efforts. 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. 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 if they do not have completed Representations and Certifications available through the CCR website. 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=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
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#127900
 
Record
SN01457108-W 20071123/071121224249 (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.