Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

66 -- GLOBAL PRESIPITATION MEASUREMENT DRAIN VALVES

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NNG09298439Q
 
Response Due
11/20/2009
 
Archive Date
11/5/2010
 
Point of Contact
Diane Scheuerman, Contract Specialist, Phone 301-286-4208, Fax 301-286-1720, Email diane.scheuerman-1@nasa.gov - Karen M. Place, Contracting Officer, Phone 301-286-0422, Fax 301-286-1720, Email Karen.M.Place@nasa.gov
 
E-Mail Address
Diane Scheuerman
(diane.scheuerman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requirement for Fill and Drain Valves.Please see the attached Statement of Work, Deliverable Items List and Schedule, andSpecification document for requirements. 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, which is issued as a Request for Quotation (RFQ); quotes are beingrequested and a written solicitation will not be issued. Offerors are required to usethe On-Line RFQ system to submit their quote. The On-line RFQ system is linked above orit may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. Theinformation required by FAR Subpart 12.6 is included in the on-line RFQ.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.Interested organizations may submit their quotes, capabilities, and qualifications toperform the effort in writing to Diane Scheuerman via the On-Line RFQ system no laterthan 4:30 PM on 11/20/2009 Eastern Time. Questions regarding this acquisition must be submitted in writing toDiane.Scheuerman-1@nasa.gov no later than 4:30 PM on 11/20/2009 Eastern Time. It is thequoter's responsibility to monitor this site for the release of amendments (if any).Potential quoters will be responsible for downloading their own copy of this notice, theon-line RFQ and amendments (if any). Oral communications are not acceptable in response to this notice. An ombudsman has been appointed - See NASA Specific Note "B".Any referenced notes may be viewed at the following URLs link below.RFQ:Instructions:INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION CAN BE SUBMITTED VIAEMAIL TO THE CONTRACTING OFFICER OR BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ONTHE PREVIOUS SCREEN. The provisions and clauses in this RFQ are those in effect throughFAC 05-36. The DPAS Rating for this procurement is DC-C9. Quoters shall provide theinformation required by FAR 52.212-1 below.INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (FAR 52.212-1) (JUN 2008) is incorporatedherein by reference with the same force and effect as if it were given in full text. The Government may consider a late quotation or modifications to a quotation receivedafter the date indicated for receipt of quotations but before the Government has made anoffer, should such action be in the best interests of the Government.(End of Provision)Additional Instructions:INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TOTHE CONTRACTING OFFICER THROUGH RFQS BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ONTHE PREVIOUS SCREEN.ADDITIONAL INSTRUCTIONS TO QUOTERS - RFQSAmendments to this RFQ. It is the vendor's responsibility to monitor the NASA AcquisitionInternet Service (NAIS) Electronic Posting System (EPS) for the release of any amendmentsto this RFQ.Costs of quote preparation. This RFQ is not an order. This is a request for information,and quotations furnished are not offers. This RFQ does not commit the Government to payany costs incurred in the preparation of the submission of this quotation or to contractfor supplies or services.Additional GSA contract information. If quoting on item(s) on a GSA contract, in additionto entering the GSA contract number in the appropriate textbox, the quoter shall includeall other pertinent GSA contract information, if available, and show all applicablediscounts for each line item VIA RFQS TO THE CONTRACTING OFFICER BY USING THE "ADDADDITIONAL INFORMATION" BUTTON ON THE PREVIOUS SCREEN.Warranty information. Please indicate the warranty on the item(s) you are offering.Quoted prices should include applicable Federal, State, and local taxes. If the end product(s) offered is other than a domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin.The offeror selected for award must submit a completed copy of the provision at 52.212-3(JUN 2008), Offeror Representations and Certifications - Commercial Items, when requestedby the contracting officer. The provision may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. Modifications of RFQS quotes. Warning! Once the "Submit Quote" button on the last screenyou will come to has been selected, this quote cannot be changed; however, another quotemay be generated and submitted.(End of provision)Evaluation:INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION MUST BE SUBMITTED TOTHE CONTRACTING OFFICER THROUGH RFQS BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ONTHE PREVIOUS SCREEN.EVALUATION: Selection and award will be made to the quoter who provides the best value tothe government. Trade offs will be considered in making final selection for award. Bestvalue will be based on the following factors:Technical: The Offerors comprehension of the SOW and its critical aspects will beevaluated for insight and overall soundness. The offeror's proposed performancerequirements will be evaluated for overall technical merit.Performance and Functional testing: The offerors ability to meet the performance andfunctional testing requirements will be evaluated to determine whether the offeror iscapable of adequately testing the hardware over the environmental constraints of themission.Design: The fill and drain valve design will be evaluated for thoroughness andreliability. In addition, the offeror assessment of the design will be evaluated forreasonableness of performance and operability. The government will evaluate if theofferor's design has been flight qualified. Milestone Schedule: The offeror's time-phased activity and milestone schedule will beevaluated for thoroughness and completeness in identifying the duration of each task, andreasonableness in order to meet the critical elements of the required contract deliveryschedule.Risk: The offerors identification of risks and proposed approach to the mitigation ofthose risks will be evaluated as appropriate. Areas of possible risk to be evaluatedare: technical, schedule, cost, safety, new technology, occupational health, security(including personnel, information technology), export control and environmental risks.The offeror shall provide information on any past failures of the fill and drain valve,including identification of the failure, resolution of the failure, and implications forthe proposed fill and drain valve.SOW Standards: The offerors description of non-standard practices will be evaluated foradequacy. In addition, the offerors description, explanation and rationale ofdifferences between the offeror's standards and standards specified in the SOW will beevaluated for completeness, thoroughness and reasonableness.Quality: The ability of the proposed Core Spacecraft Propulsion System Fill and DrainValve to meet or exceed the mission performance specifications as stated in the Fill andDrain Valve Specification document, i.e. increased performance, increased quality, andincreased robustness of the thermal or mechanical design, etc.; The ability of the vendorto meet or exceed the GSFC Quality Assurance requirements as stated in the Fill and DrainValve Statement of Work Section 5.0 Quality Assurance, in manufacturing, System Safetyrequirements, to include Government Mandatory Inspection Points and qualifications.Quality Assurance: The Quality Assurance Plan will be evaluated to determine if theofferor is continually evaluating its performance to ensure a quality product isdelivered.Management Approach: The offerors overall management approach will be evaluated foreffectiveness, efficiency and thoroughness to determine whether the offeror adequatelyaddress the requirements and any potential challenges of this effort.Safety and Health: The Government will evaluate the adequacy of the offeror's safety andhealth plan to ensure compliance with NPG 8715.3 and that products are developed,produced and/or delivered to NASA in a safe and successful manner.Delivery Date: Hardware to be delivered 10 months after contract award. The governmentwill evaluate the offeror's ability to meet the required delivery dates. Value will beadded to proposals that demonstrate the offeror's capability to deliver hardware earlierthan the dates provided in the Deliverable Items List and Schedule (DILS). Price/Cost: Price will be evaluated for reasonableness.Past Performance: The vendor must demonstrate recent (within the last 5 years) pastperformance that is relevant to the Governments requirement for drain valves.The pastperformance can be with Government and/or industry, both current and expired, within thelast five (5) years. The past performance information provided shall be relevantinformation. The vendor must also list recent NASA contracts for their drain valves, ifany. If any of the contracts cited were not completed on schedule, the reason for thedelay must be explained. Evaluations will be conducted in accordance with FAR15.305(a)(2) and NFS 1815.305(a)(2), Past Performance Evaluation. Additional Solicitation Information:INSTRUCTION FOR VENDOR: ANY INFORMATION REQUESTED IN THIS SECTION CAN BE SUBMITTED VIAEMAIL TO THE CONTRACTING OFFICER OR BY USING THE "ADD ADDITIONAL INFORMATION" BUTTON ONTHE PREVIOUS SCREEN.05. ADDITIONAL SOLICITATION INFORMATIONFAR CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION (APR 2008) is incorporated byreference.FAR 52.212-4, CONTRACT TERMS AND CONDITIONS- COMMERCIAL ITEMS (FEB 2007) is applicable. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS-COMMERCIAL ITEMS (JUN 2008) is applicable and the following identified clauses areincorporated by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36,52.222-50, 52.225-1, 52.225-13 and 52.232-34.Past Performance: The vendor must demonstrate recent (within the last 5 years) pastperformance that is relevant to the Governments requirement for medium sun sensors. Thepast performance can be with Government and/or industry, both current and expired, withinthe last five (5) years. The past performance information provided shall be relevantinformation. The vendor must also list recent NASA contracts for their Medium SunSensors, if any. If any of the contracts cited were not completed on schedule, thereason for the delay must be explained. Evaluations will be conducted in accordance withFAR 15.305(a)(2) and NFS 1815.305(a)(2), Past Performance Evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG09298439Q/listing.html)
 
Record
SN01998960-W 20091107/091105235837-25762b5a48273f94d817bf97e2e51d2d (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.