Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2008 FBO #2278
SOLICITATION NOTICE

A -- TVC HYDRAULIC ACCUMULATOR

Notice Date
2/19/2008
 
Notice Type
Solicitation Notice
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZCH013Q
 
Response Due
3/17/2008
 
Archive Date
2/19/2009
 
Point of Contact
Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-2480, Email Syreeta.J.Stewart@grc.nasa.gov
 
E-Mail Address
Email your questions to Syreeta J. Stewart
(Syreeta.J.Stewart@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 procurement is not set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the TVC Hydraulic Accumulator. 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 333611 and the Small Business Size Standard is set at 1000 employees. 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, Building 21, Cleveland, Ohio 44135. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described in the attached specifications are due by 5:00 p.m., March 17, 2008, to Syreeta Stewart 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, CAGE code, DUNS number, 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, and the attached RFQ response instructions. 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. The addenda to FAR 52.212-4 is as follows: Clause 52.227-14 Rights in Data-General (Alt II) applies, and the following is inserted into the Limited Rights Notice outlining the purposes for which the government will use the proposal data: "Hamilton Sundstrand is the Upper stage prime contractor (USPC) for the Thrust Vector Control (TVC) system for the ARES I launch vehicle. The USPC will be responsible for the flight production TVC system/hardware. They currently have a small team that is co-located at NASA GRC to support the transitioning of the TVC system/hardware from development hardware to flight production hardware. Hamilton Sundstrand must be aware of what TVC hardware NASA is procuring during this RFQ to support the development testing as they will ultimately have responsibility for the flight production version of the hardware. The successful offeror must, as a condition of award, agree that Hamilton Sunstrand (HS) will have access to the successful offeror?s RFQ information solely for use in assessing this information for the purpose of transitioning the TVC system/hardware from development hardware to flight production hardware and subject to a prohibition of further disclosure by HS.? 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. See original synopsis for URL links to FAR full text of these clauses: http://www.acquisition.gov/far/current/html/52_212_213.html#wp117952752.203-6 , Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (June 2003)(E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). 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 Syreeta Stewart, syreeta.j.stewart@nasa.gov, (216) 433-2480, not later than March 12, 2008, COB. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis for all items, to that oferor whose offer meets the attached specifications, and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, delivery, price, and past performance. More detail on these evaluation factors is contained in the attached RFQ response instructions. Technical merit will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications attached). It is critical that offerors provide adequate detail to allow evaluation of their offer. See attachment for specific RFQ response instructions. (SEE FAR 52.212-1(b)). Technical merit and delivery are essentially equal in importance and will be weighed more than price and past performance in the selection process. 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=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#128784
 
Record
SN01511992-W 20080221/080219224312 (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.