Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOLICITATION NOTICE

H -- BATTERY CERTIFICATION TESTING FOR THE LITHIUM ION BATTERY FOR THEEXTRAVEHICULAR MOBILITY UNIT

Notice Date
6/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BH
 
ZIP Code
00000
 
Solicitation Number
NNJ08233643Q
 
Response Due
6/30/2008
 
Archive Date
6/12/2009
 
Point of Contact
Julie K. Karr, Contracting Officer, Phone 281-483-9782, Fax 281-244-0995, - Michael W Duckworth, Contract Specialist, Phone 281-483-0937, Fax 281-483-4066
 
E-Mail Address
julie.k.karr@nasa.gov, michael.w.duckworth@nasa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Proposal for Battery Certification Testingfor the Lithium Ion Battery (LIB) for the Extravehicular Mobility Unit (EMU). TheStatement of Work can be viewed at: http://procurement.jsc.nasa.gov/NNJ08233643Q/SOW_for_WP2_draft8.doc The provisions and clauses in the RFP are those in effect through FAC 05-25.This procurement is a total small business set-aside. See Note 1.The NAICS Code and the small business size standard for this procurement are 335912 and1000 employees respectively. The offeror shall state in their offer their size statusfor this procurement.Notice in regards to subcontracting: By submission of an offer, the Offeror agrees thatin the performance of services related to this contract at least 50 percent of the costof contract performance shall be expended for employees of the concern. Furthermore, inresponse to this solicitation the Offeror shall state the percentage of the cost ofcontract performance to be expended for employees of the concern.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA-JSC is required within 11 months ARO. Delivery shall be FOB Origin.Offers for the items(s) described above are due by 1:30 local time, June 30, 2008 toJulie Karr, 2101 NASA Pkwy, Houston, TX 77058 and must include, solicitation number, FOBorigin to this Center, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), taxpayer identification number (TIN), identification of anyspecial commercial terms, and be signed by an authorized company representative.Offerors shall provide the information required by FAR 52.212-1 (APR 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (MAY 2008), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference:FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003).FAR 52.219-14, Limitations on Subcontracting (Dec 1996).FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755).FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Feb 2008) (E.O.13126).FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999).FAR 52.222-26, Equal Opportunity (March 2007) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the VietnamEra, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C.793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the VietnamEra, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). FAR 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 theDepartment of the Treasury).FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct2003) (31 U.S.C. 3332). FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) (41 U.S.C. 351, etseq.). FAR 52.222-44, Fair Labor Standards Act and Service Contract ActPrice Adjustment (Feb2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 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.htmAll contractual questions must be in writing (e-mail) to Julie Karr not later than June18, 2008. Telephone questions will not be accepted.Selection and award will be made to that offeror whose technically acceptable offer willbe most advantageous to the Government, with consideration given to the factors ofproposed technical merit, price, and past performance. Other critical factors that shallalso be considered:1. Qualifications & Experience - Demonstration of the relevant qualifications andexperience of the key personnel proposed to manage and perform this test service for NASAby providing a description of the key personnel and the extent of similarity between thetest scope and proposed approach, and that performed by the offeror on other battery testprojects.2. Facilities & Equipment - Demonstration of the relevancy of equipment and facilitiesproposed to perform this test service by providing a description of the proposed facilityand equipment and defining the extent of facility and equipment modification required tomeet the performance objectives stated herein.3. Procedures & Processes Demonstration of measures taken to mitigate test quality andschedule risk and/or exceed the schedule without compromising test quality by describingthe extent that existing procedures and processes can be leveraged to meet theperformance objectives of this work and define the level of modification required to usethose these existing products in this application.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that theproduct/service offered meets the Government's requirement. It is critical that offerorsprovide adequate detail to allow evaluation of their offer.Offerors must include completed copies of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained 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 anyresultant 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73. Potentialofferors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6e7c9ed44c604a3f5fc79a9e9355b468&tab=core&_cview=1)
 
Record
SN01592113-W 20080614/080612215811-6e7c9ed44c604a3f5fc79a9e9355b468 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.