Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
SOLICITATION NOTICE

66 -- ARES I UPPER STAGE DEVELOPMENT FLIGHT INSTRUMENTATION DATA ACQUISITIONSYSTEM

Notice Date
9/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC08ZDS043R
 
Response Due
10/10/2008
 
Archive Date
9/9/2009
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone 216-433-2885, Fax 216-433-2480, />
 
E-Mail Address
Glen.M.Williams-1@nasa.gov<br
 
Small Business Set-Aside
N/A
 
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. If you are viewing this solicitation on thefedbizops website, you must check the NASA Business website for the SOW, Specificationand model contract attachments and forms (the fedbizop does not always show attachmentsor amendments. http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22This procurement is being conducted under the Simplified Acquisition Procedures (SAP).This announcement constitutes the only solicitation; offers are being requested and awritten solicitation will not be issued. This procurement is not set aside for smallbusiness. It is the offerors responsibility to check the NASA Business website for anyamendments as well as the other attachments necessary for this procurement. This noticeis being issued as a Request for Quotations (RFQ) for the items described below and inthe attachments. Please also see the following website for further information. Inorder to access this web site offerors must contact John Thomas at (216) 433-2658 orJohn.E.Thomas@nasa.govWebsite:https://ice.exploration.nasa.gov/Windchill/netmarkets/jsp/folder/view.jsp?oid=folder%7Ewt.folder.SubFolder%3A567283267&u8=1SPECIFICATIONSThe Offeror, as part of their proposal, shall furnish a verification compliance matrix toindicate compliance with each SOW/Specification requirement as part of their proposal.ITEMS TO BE ACQUIREDThe model contract is for an indefinite delivery, indefinite quantity fixed pricecontract over a 5 year period.The items to be procured are Data Acquisition Units ofthe following types: Engineering units, Qualifications Units, and Flight Qualified Units,Workstations, and Training and Technical Support. The minimum and maximum quantity foreach is stated in the model contract. Offerors are encouraged to fill in their prices inthe model contract. The Government will consider any proposed incentive arrangements concerning deliveryschedules. For example the proposal may state a price X for delivery not later than therequired delivery schedule and price Y if delivery is made 60 or more days earlier thanthe required delivery date. The actual date of delivery (and NOT shipment) to thespecified location is what will be used to determine if the incentive price applies. Offerors proposing such an incentive arrangement must show such very clearly in theiroffer.Should such an incentive arrangement be accepted by the Government, the modelcontract will be revised to show such. Technical Support is to be provided at any of the following locations: Michoud AssemblyFacility, Stennis Space Center or the Kennedy Space Center. Offerors are to propose aprice that will be in the following style: for each location a) initial travel for 1person to/from the location and b) a per day price (per diem and labor rate for thetechnician). When a delivery order is issued for technical support the amount will be(a) plus (number of days) x (b). Training: Subsequent to EDU hardware delivery, the contractor shall provide a minimum of3 days and a maximum of 10 days of training at NASA Glenn Research Center, Cleveland,Ohio for 1 trainer. Training will cover the EDU hardware, workstation and associatedprogramming and data display software.This shall be a one time purchase. The pricingstyle shown in the model contract is the same as that for technical support.DELIVERY SCHEDULE AND FOB POINTDelivery: Engr. Design Units, Qualification Units and Workstations: NASA Glenn ResearchCenter, Cleveland, Ohio 44135. Flight Units: Michoud Assembly Facility, New Orleans, La 70189.Delivery shall be FOB Destination (Offerors include any shipping costs in yourper unit prices). A desired delivery schedule is: Engr. Design Units and workstations-6months from delivery order date, Qualification and Flight Units 9 months from deliveryorder date, and Training 30 days from date of delivery order. However, the offeror maypropose in their offer a delivery schedule other than that shown above. When a DeliveryOrder is issued the delivery schedule in the resultant contract shall be met by theofferor and failure to met such schedule may result in Termination for Default.Solicitation Instructions: IMPORTANT PLEASE READ!PROPOSAL CONSIDERATIONSNote for those whose NORMAL business practice is to require advance payments: FAR limitsadvance payments for commercial items to not greater than 15 percent of the total pricefor the item. If you require payment in advance, do NOT exceed this limitation. Otherwise, full payment is made within 30 days from delivery in accordance with theclauses shown in the model contract.Note for those proposing shipping costs: Any costs for shipping is to be included in the per unit price that the Offeror proposes for each item. If an Offeror quotes shippingfor the items as a separately priced line item this must be very clearly show for each ofthe unit types (EDU, QFU, FU and workstations). The former methodology is preferred bythe Government. Note to those proposing their pre-printed terms and conditions: provide a copy of suchfor evaluation by the Government. The Government is NOT subject to laws of a specificstate or state sales tax, nor will it accept words that indicate that: the vendors termsare the only terms that apply, that indicate prices are subject to change after award ismade or the vendor may change the item being delivered or take exception to anyGovernment term and condition.Therefore, either X out such language or clearly statewhich terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and import fees and shipping costs. TheGovernment is self insured and does not pay extraordinary insurance other than thatalready included in normal shipping practices.Note to those offering training or technical support: The model contract has a single,one time only training requirement which the Government anticipates ordering this uponissuance of the first Delivery Order. The model contract has a requirement for technicalsupport and may require such each year of the contract. The proposed price SHALLinclude all necessary travel, per diem amounts, labor, training materials, etc. In yourproposal clearly state the number of people that may be involved in providing such. TheGovernment desires that 1 person be utilized but if your proposal requires more than 1person perform the training or technical support you must explain why.Clearly state anytravel costs and whether these are air fare or other mode of transportation and the perdiem rate used. Per diem rates can be found at:http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASICOfferors are encouraged to address the best value criteria in their proposals.See theEvaluation section below for a listing of best value criteria.Offerors classified as a Large Businesses must, as part of their offer, furnish a SmallBusiness Subcontracting Plan in accordance with FAR Part 19. SOLICITATION NOTICESOffers for the items(s) described above are due by October 10, 2008, 4:30p.m. GRC localtime and are to be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS500-306, Cleveland, OH44135.Include on the envelope the solicitation number.The provisions and clauses in the RFQ are those in effect through FAC 05-28.The NAIC code is 334516 and the small business size standard for this procurement is 500employees. All qualified responsible business sources may submit a quotation which shallbe considered by the agency. The DPAS rating for this procurement is DO-C9. Your offer may take exceptions to the terms and conditions of this solicitation. If so,state the item taken exception to and the proposed alternative. Note that by your doingso, the Contracting Officer may reject your offer as non-responsive if it is not in thebest interests of the Government to accept the alternative offered. Your offers shouldinclude: FOB destination, proposed delivery schedule, discount/payment terms, warrantyduration (if applicable), Cage Code, DUNS identification number (if the offeror usesBusiness Partner Network (BPN) Online Representations and Certifications Application(ORCA) and theRepresentations and Certifications (52.212-3) if not currently availableon BPN, identification of any special commercial terms, description of items offered per52.212-1 and as modified, and be signed by an authorized company representative. Offerors are encouraged to use the MODEL CONTRACT and sign the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form attached to this solicitation Fillin Block 17a including CAGE and DUNS codes. Faxed and emailed offers are NOT acceptable. Offerors shall provide the information required by FAR 52.212-1. The paragraphconcerning the description of the items offered is VERY IMPORTANT. Your offer needs tobe descriptive enough to demonstrate that the items being offered meet the SOW andSpecifications. If a web site or descriptive literature is being provided with the offerand it does not indicate that you will be modifying the standard equipment youmanufacture to meet the exact specifications, then you must describe the modificationsyou will be making in order for the items to meet the specifications. If the end product(s) quoted is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the Offerors shall so state and shalllist the country of origin.Offerors must include a completed copy of the provision at 52.212-3, OfferorRepresentations and Certifications - Commercial Items with their offer or the followingparagraph: The offeror has completed the annual representations and certificationselectronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCAdatabase information, the offeror verifies by submission of this offer that therepresentations and certifications currently posted electronically at FAR 52.212-3,Offeror Representations and CertificationsCommercial Items, have been entered or updatedin the last 12 months, are current, accurate, complete, and applicable to thissolicitation (including the business size standard applicable to the NAICS codereferenced for this solicitation), as of the date of this offer and are incorporated inthis offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offerorto identify the applicable paragraphs at (b) through (j) of this provision that theofferor has completed for the purposes of this solicitation only, if any. Therepresentations and certifications will be incorporated by reference in any resultantcontract. Representations and Certifications may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or The (BPN ORCA)Business Partner Network (BPN) Online Representations and Certifications Application(ORCA) website at http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4 is applicable and included herein by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, is applicable. As prescribed in 12.301(b)(4), insert thefollowing clauses: (See the model contract for the applicable clauses)See the model contract for other applicable clauses. 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.htmSELECTIONEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a BEST VALUE basis. Selection and award will be made to thatofferor whose offer will be the most advantageous to the Government, with considerationgiven to the factors of technical acceptability of the item(s) offered to meet thespecifications, price, general past performance on previous contracts and the followingbest value criteria: 1) Lower mass- mass is a consideration for space flight. Lower mass is desirable.Offerors with lower mass units than another offerors may be considered a better value.2) Lower volume-volume is a consideration for space flight. Lower volume is desirable.Offerors with lower volume units than another offerors may be considered a better value.3) Specific experience with flight hardware systems- offerors with experience producingthe same or similar hardware as stated in the SOW/Specifications may be considered abetter value. 4) Workstations with auto PCM frame generation- offerors proposing this type ofworkstation may be considered a better value.5) DFI DAS design that minimizes sensor cabling mass between DAUs may be considered abetter value over another offeror whose cabling mass is greater.6) Units that include multiple RS-422 data channels on 1 card to maximize the number ofdata acquisition modules will be considered a better value.7) Verification cost reduction by suggesting alternate verification methods or usingsimilarity for requirement verification. Those proposing acceptable alternative methodsthat save costs will be considered a better value.Selection and award will be made on an aggregate basis utilizing the total cost formaximum quantities of all items for all years of the contract.The awardee is requiredto have a technically acceptable offer (meets all SOW/Specification requirements) andhave acceptable general past performance. Technical acceptability will be determined by areview of the information submitted by the offeror providing a description in sufficientdetail to show that the product offered meets the Government's requirement (seespecification and SOW attachments). It is critical that offerors provide adequate detailto allow evaluation of their offer. (SEE FAR 52.212-1(b)). Technical acceptability,past performance and best value criteria, when combined, are approximately equallyimportant as price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shallresult in a binding contract without further action by either party. Before the offersspecified expiration time, the Government may accept an offer (or part of an offer),whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award.MISC.Questions regarding this acquisition must be submitted in writing no later than 5 daysafter the posting date of this notice to the NASA Contracting Officer. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the releaseof 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 combinationsynopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://www.fedbiz
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b97dc2a92969fcf88ff120dbc9e702c6&tab=core&_cview=1)
 
Record
SN01664191-W 20080911/080909221324-ce3f19ae3973c8c0c4024d9a89cde144 (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.