Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
SOLICITATION NOTICE

34 -- GENERAL FABRICATION AND MACHINING SERVICES BPA

Notice Date
9/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC09ZDM026QA
 
Response Due
10/9/2009
 
Archive Date
9/30/2010
 
Point of Contact
Syreeta J. Stewart, Contract Specialist, Phone 216-433-8673, Fax 216-433-2480, Email Syreeta.J.Stewart@nasa.gov - Raye L Kirkland, Contract Specialist, Phone 216-433-5957, Fax 216-433-2480, Email Ra-deon.L.Kirkland@nasa.gov
 
E-Mail Address
Syreeta J. Stewart
(Syreeta.J.Stewart@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items prepared in accordance with the formatin Subpart 12.6, as supplemented with additional information in this notice. Thisprocurement is being conducted under the Simplified Acquisition Procedures (SAP). Thisannouncement constitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. This procurement is set aside for smallbusiness. If you are viewing this solicitation on the fedbizops website, you must checkthe NASA Business website for amendments and other forms (this is due to the fedbizopssoftware design). http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. It is the offerorsresponsibility to check the NASA Business website for any amendments.The NASA Glenn Research Center seeks to augment the NASA Glenn Research Center MachineShop, Fabrication Shop, Model Shop, Instrumentation Shop, inspection department,facilities, and equipment. The Government intends to award multiple Blanket PurchaseAgreements (BPAs) in accordance with the attached Statement of Work. Once the BPAs are awarded, the Government will award individual projects by solicitingfixed price quotes from the selected BPA vendors. Quotes received will be reviewed andawarded based on the quote that provides the best value to the Government and anindividual delivery Order will be issued. Each Order may include, but is not limitedto, machining, fabrication, instrumentation fabrication, spaceflight hardware inspection,and specialty disciplines. Bidders who are not qualified to provide space flighthardware are still eligible to be awarded a BPA that will not include that type of work. Each BPA will specify which sections of the attached Statement of Work (SOW) that vendoris qualified to provide quotes for. A quality plan will be necessary for award on somespecific Orders. This specification will be addressed in detail in the RFQ (Request forQuote) for those Orders. SOLICITATION INSTRUCTIONSThe solicitation document and incorporated Provisions and Clauses are those in effectthrough Federal Acquisition Circular (FAC) 2005-36. The NAICS code is 332510 and thesmall business size standard for this procurement is 500 employees. This procurement isa total small business set-aside. See Note 1. All qualified responsible business sourcesmay submit a proposal which shall be considered by the agency.The DPAS rating for this procurement is DO-C9.In accordance with FAR 52.204-7, interested parties must be registered with the CentralContractor Registration (CCR) to be eligible to receive a BPA or subsequent Orders withthe Federal Government. Registration can be completed online at www.ccr.gov. Information establishing the qualifications of Offers for the items(s) described in theSOW are due by October 9, 2009 at 4:30p.m. GRC local time. Offerors are expected toprovide the information described under the SELECTION section below, and specificallyidentify the areas of the SOW it believes it is qualified to perform. Offers may bemailed to NASA Glenn Research Center, Attn: Syreeta Stewart 21000 Brookpark Road, MS500-319, Cleveland, OH44135, and include on the envelope the solicitation number. Electronic submissions will be accepted.Offerors may take exceptions to the terms and conditions of the attached draft BPA. Ifan exception is proposed, Offers must state the item taken exception to and the proposedalternative. Note that by doing so, the Contracting Officer may determine that theOfferor is not qualified if it is not in the best interests of the Government to acceptthe alternative offered. Offers should include:Discount/payment terms, 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. All offers must be signed and dated by an authorized companyrepresentative. Offerors shall provide the information required by FAR 52.212-1, with the exception ofany pricing information. Offerors may cite the web site that demonstrates its qualifications for the itemsoffered 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 end product(s) may be proposed 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 certifications electronicallyvia the ORCA website at http://orca.bpn.gov. After reviewing the ORCA databaseinformation, the offeror verifies by submission of this offer that the representationsand certifications currently posted electronically at FAR 52.212-3, OfferorRepresentations and CertificationsCommercial Items, have been entered or updated in thelast 12 months, are current, accurate, complete, and applicable to this solicitation(including the business size standard applicable to the NAICS code referenced for thissolicitation), as of the date of this offer and are incorporated in this offer byreference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identifythe applicable paragraphs at (b) through (j) of this provision that the offeror hascompleted for the purposes of this solicitation only, if any]. The representations 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://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html orThe (BPN ORCA) Business Partner Network (BPN) Online Representationsand Certifications Application (ORCA) website at http://orca.bpn.gov. SELECTIONSelection and award will be in accordance with the following:EvaluationCommercial Items (Jan 1999) (a) Selections and awards will be made by the Government to those offerors who theGovernment determines to be qualified to provide all or portions of the types ofrequirements described in the SOW, with consideration given to the factors of technicalcapability of the area(s) offered to meet the specifications, level of the offerorsfacilities, and past performance. Past Performanceo Prospective bidders shall provide at least 3 past performance references for evaluation by the government to meet the BPA requirements.o Other bidder past performance data will be obtained from public sources such as government procurement databases, Better Business Bureau, Credit Bureaus, etc. Plant Visitationso Prospective bidders manufacturing equipment and facilities will be visited and evaluated by government representatives for sufficiency to meet order requirements issued under this agreement. Technical Capabilityo Offerors must list the types of equipment available on the shop site and what areas of the attached Statement of Work they are proposing to fulfill orders for.o The levels and types of manufacturing disciplines that will be made available by the company must be provided. If spaceflight hardware or turbo machinery has been created by an offeror, the submitted proposal should specify that fact.The awardees are required to have a technically acceptable capabilities and haveacceptable past performance. Technical acceptability will be determined by a review ofthe information submitted by the offerors providing a description in sufficient detail toshow that the offeror meets the Government's requirement, and by the plant visitations. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)).(b) A written notice of selection for the establishment of a BPA, along with a completedBPA document, will be mailed or otherwise furnished, to the successful offerors withinthe time for acceptance specified in the offer, which must then be signed by both partiesto result in a final agreement. (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 thefollowing URL: http://genesis.gsfc.nasa.gov/nasanote.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC09ZDM026QA/listing.html)
 
Record
SN01976349-W 20091002/091001001631-d24537e4d1a52c0b7a100b16adcc1901 (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.