Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

14 -- TANK-APPLIED MULTI-LAYER INSULATION SYSTEM

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09MA009RA
 
Response Due
3/17/2009
 
Archive Date
2/24/2010
 
Point of Contact
Raye L Kirkland, Contract Specialist, Phone 216-433-5957, Fax 216-433-2480, />
 
E-Mail Address
Ra-deon.L.Kirkland@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. This procurement is being conducted under theSimplified Acquisition Procedures (SAP). This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued. This procurement IS NOT set aside for small business. If you are viewing thissolicitation on the fedbizops website, you must check the NASA Business website foramendments, attachments and forms (this is due to the fedbizops software design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 It is the offerors responsibility to check the NASA Business website for any amendments.This notice is being issued as a Request for Proposals (RFP) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of thissolicitation. GENERAL SPECIFICATION Tank-Applied Multi-Layer Insulation System The Contractor shall furnish: One (1) Tank-Applied MLI System, One (1) MLI Test Article,Three (3) Design Reviews, One (1) Final Report, Manufacturer-Supplied Material DataSheets, One (1) Summary statement of the Contractors acceptance criteria and qualityassurance procedures, Acceptance inspection and testing results, Delivery of all itemsand installation will be to/at GRC, and One (1) training in the assembly and/or removalof MLI sections. SPECIFICATIONSThe SOW and specification documents 2.1 and 2.2 are separate attachments to thisdocument. DELIVERY SCHEDULE, FOB POINT, AND INSTALLATIONDelivery of all items shall be to NASA Glenn Research Center is required within 16 weeksfrom date of contract.Delivery shall be FOB Destination, NASA Glenn Research Center.The Contractor shall coordinate the shipping of the MLI System to NASA Glenn ResearchCenter. The Contractor shall provide to NASA Glenn Research Center a Notice of Deliverylisting all crane/rigging providers and/or any applicable persons no later than two weeksprior to delivery of the MLI System. After completing a safety briefing at Glenn ResearchCenter, the Contractor shall install the MLI System in Building 50, High Bay, GlennResearch Center, Cleveland, Ohio. Delivery hours are Monday through Friday from 8 AMuntil 4 PM EST.The Contractor shall install the MLI System at NASA Glenn Research Center within 3business days beginning after delivery. Actual date(s) of installation shall be by mutualagreement between the Government and Contractor. The Contractor will unpack and installthe MLI system. The Contractor shall demonstrate that the MLI System performs inaccordance with the above specification after installation. If necessary, the Governmentwill provide the materials etc. for the performance test.TRAININGImmediately after installation, the Contractor shall provide training at the GRCinstallation site for the equipment operators/personnel. Training shall include, as aminimum, the safe set up, operation, maintenance, and/or removal of the MLI System and/orits layers.SOLICITATION INSTRUCTIONSNote for those proposing advance payments: FAR limits advance payments for commercialitems to not greater than 15 percent of the total price for the item. If your normalbusiness practice requires payment in advance, do NOT exceed this limitation.Note for those proposing shipping costs: any costs for shipping shall be included in thequoted price of item 1. DO NOT quote shipping separately. Costs for therigging/unloading shall be included in the quoted price. DO NOT QUOTE rigging/unloadingseparately. Note to those proposing their terms and conditions: provide a copy of such for evaluationby the Government. The Government is NOT subject to state sales tax or laws of aspecific state. Therefore, either line out such language or clearly state what terms arenot 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, shipping, and other costs. The Governmentis self insured and does not pay extraordinary insurance other than that already includedin normal shipping practices.Note to those offering installation at the Government facility: The proposed price SHALLinclude all necessary travel, per diem amounts, labor etc. In your proposal clearlystate the number of people and number days they will be installing the equipment at NASAGRC. Clearly state any travel costs and whether these are air fare or other mode oftransportation and the per diem rate used. Per diem rates can be found at:http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC The provisions and clauses in the RFP are those in effect through FAC 05-30.The NAIC code is 336415 and the small business size standard for this procurement is1,000 employees. All qualified responsible business sources may submit a quotation whichshall be considered by the agency.The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by Monday, March 17, 2009, 4:30p.m. GRClocal time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS500-319, Cleveland, OH44135. Include on the envelope the solicitation number.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 offer shouldinclude: FOB destination to this center, proposed delivery schedule, discount/paymentterms, warranty duration (if applicable), Cage Code, DUNS identification number,Representations and Certifications, identification of any special commercial terms,description of items offered per 52.212-1 (and as modified), and the offer shall besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form attached tothis solicitation (Ensure that the track changes feature is turned off when wordprocessing this form).Fill in Block 17a including CAGE and DUNS codes. Faxed offersARE NOT acceptable. A copy of a published price list, catalog price or computer page printout showing theprice for Items may also be included if desired. (Note, the Contracting Officer mayrequest this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1, Instructions toOfferorsCommercial Items. Addenda to FAR 52.212-1 are as follows:In addition to 52.212-1(b), your offer must demonstrate a thorough understanding of theGovernments needs and objectives for the technical requirements. Offerors shall addresstheir understanding and technical approach to meet the requirements, technicaldifficulties that may be encountered, and any challenges to meeting the objectives of theStatement of Work (SOW). Specifically identify one or more MLI technical concepts to meetthe technical requirements, along with a description of the trades to be performed forthe design; describe the performance analysis approach, including tools to be used; andinclude a comprehensive schedule describing MLI design, fabrication, and installation ina Gant chart format.Describe the key personnel to be and show how their skills and experience will meet theobjectives of this effort. If subcontractors are proposed, demonstrate that theirexpertise and experience will meet the objectives of this effort. Finally, provide ademonstration of your firms technical and administrative ability, past relevantexperience, and manufacturing capabilities to meet the technical and schedulerequirements. In order to meet government scheduled requirements, the offeror must be able todemonstrate in their offer that they will meet the delivery schedule and installation ofthe MLI not later than 16 weeks after contract award.Offerors may cite the web site that demonstrates all specifications are met for the itemoffered in lieu of providing a paper copy. Web sites that are not viewable for anyreason for up to 5 business days after the offer due date may result in the offer beingdetermined to be non-responsive. 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 URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://orca.bpn.gov.FEDERAL ACQUISITION REGULATIONS APPLICABLE:FAR 52.212-4, Contract Terms and ConditionsCommercial Items, (Feb 2007) is applicable. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or ExecutiveOrders--Commercial Items, (June 2007) is applicable. As prescribed in 12.301(b)(4),insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR)clauses, which are incorporated in this contract by reference, to implement provisions oflaw or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive orders applicable to acquisitions of commercialitems: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). X (3) 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 itsoffer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003)(15 U.S.C. 644). __ (ii) Alternate I (Oct 1995). __ (iii) Alternate II (Mar 2004). __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C.644).__ (ii) Alternate I (Oct 1995). __ (iii) Alternate II (Mar 2004). X (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2)and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Sept 2006) (15 U.S.C. 637(d)(4).__ (ii) Alternate I (Oct 2001). __ (iii) Alternate II (Oct 2001). __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C.637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small DisadvantagedBusiness Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive theadjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of52.219-23.. __ (12) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantagedStatus and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation ProgramIncentiveSubcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small BusinessSet-Aside (May 2004) (15 U.S.C. 657 f). X (15)52.219-28, Post Award Small Business Program Representation (June 2007) (15U.S.C. 632(a)(2)). __ (16) 52.223-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O.13126). X (18) 52.222.21, Prohibition of Segregated Facilities (Feb 1999). X (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C.793). X (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues orFees (Dec 2004) (E.O. 13201). X (24) 52.222-50, Combating Trafficking in Persons (Feb 2009)__ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content forEPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)).__ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)__ (27) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. 23.706(b)(1), insert the following clause: X (28) 52.225-1, Buy American ActSupplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act (Nov 2006)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78,108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004). __ (iii) Alternate II (Jan 2004). X (30) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301note). X (31) 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). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C.255(f), 10 U.S.C. 2307(f)). __ (36) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration(Oct 2003) (31 U.S.C. 3332). X (37) 52.232-34, Payment by Electronic Funds TransferOther than Central ContractorRegistration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable tocommercial services, that the Contracting Officer has indicated as being incorporated inthis contract by reference to implement provisions of law or Executive orders applicableto acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351,et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract ActPrice Adjustment(Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, etseq.). __ (4) 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.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTION AND AWARDLOW PRICEEvaluationCommercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to theresponsible offeror on a LOW PRICE TECHNICALLY ACCEPTABLE basis: Selection and awardwill be made to the lowest priced, technically acceptable offeror, with acceptable pastperformance. Technical acceptability will be determined by a review of the informationsubmitted by the offeror providing a description in sufficient detail to show that theproduct offered meets the Government's requirement (see specifications above).It iscritical that offerors provide adequate detail to allow evaluation of their offer. (SEEFAR 52.212-1(b))(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. (End of provision) MISCELLANEOUSQuestions regarding this acquisition must be submitted in writing no later than 2 daysafter the posting date of this notice. 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://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7994c0cf76fc7915aaeecc0bd1b4195d&tab=core&_cview=1)
 
Record
SN01755606-W 20090226/090224220304-deb68aff8213ee2fa370a96c25830733 (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.