Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

J -- INSTRUMENT CALIBRATION AND REPAIR

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA10307516Q-AJJ
 
Response Due
2/4/2010
 
Archive Date
1/21/2011
 
Point of Contact
Jeannette Albiez, Contract Specialist, Phone 650-604-1029, Fax 650-604-0912, Email Jeannette.Albiez@nasa.gov - Ronnee R. Gonzalez, Contracting Officer, Phone 650-604-4386, Fax 650-604-0270, Email ronnee.r.gonzalez@nasa.gov
 
E-Mail Address
Jeannette Albiez
(Jeannette.Albiez@nasa.gov)
 
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 announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. This notice isbeing issued as a Request for Quotations (RFQ) for a single, or multiple, BlanketPurchase Agreement(s) to provide calibration and repair services for instruments andtools used at NASA Ames Research Center (ARC).The organizations supported by this SOWinclude, but are not limited to the US Army Directorate, US Army Research SupportDivision, and the Applied Manufacturing Division of ARC located at Moffett Field, CA. The Government estimates, but does not guarantee, that the volume of purchases throughthis agreement will be $70,000.00 per year or $350,000.00 for the base year plus fouroption years. This BPA will not obligate any funds. The work includes calibration and repair of both physical measuring devices andelectronic equipment per the requirements of the attached SOW.A complete list ofphysical measuring devises and electronic equipment to be calibrated is listed inAppendix A of the Statement of Work. Offerors shall fill in the pricing schedule inAppendix A (note there are two sheets) of the SOW for the base year and four optionyears. The SOW and Appendix A are located athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#139237.This procurement is unrestricted. The NAICS Code for this procurement is 541380. All responsible sources may submit an offer which shall be considered by the agency. Delivery requirements are stated in the attached SOW. Offers for the items(s) described above are due by 3 PM PST on 02/04/2010 to NASA ARC,viae-mail to Jeannette.albiez@nasa.gov or Jeannette Albiez, NASA-Ames Research Center, CodeJAC, Mailstop 241-1, Moffett Field, CA 94035-1000 and must include, solicitation number,FOB destination to this Center, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number(TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Itemsform found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tmlOfferorsshall provide the information required by FAR 52.212-1 (JUNE 2008), Instructions toOfferors-Commercial Items, which is incorporated by reference.FAR 52.212-4 (FEB 2007),Contract Terms and Conditions-Commercial Items is applicable.FAR 52.212-5 (JUNE 2008),Contract Terms and Conditions Required To Implement Statutes or ExecutiveOrders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR 52.222-50, 52.233-3, 52.233-4, 52.222-3,52.222-19,52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-36, 52.223-16, 52.225-1,52.225-13,52.232-34. The resultant BPA will also include the following clauses: 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.204-7, 52.217-8, 52.217-9, 52.223-14,52.225-13, 52.226-6, 52.244-6 and 52.252-2. The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The following NASA FAR clauses will be incorporated into any resultant contract: NASAFAR1852.215-84 Ombudsman; NASA FAR 1852.219-76 NASA 8 percent goal, NASA FAR1852.237-73Release of Sensitive Information. The NASA FAR Supplement may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to JeannetteAlbiez not later than January 29, 2010. Telephone questions will not be accepted. Selection and award will be made to those offeror(s) whose offer will be mostadvantageous to the Government, with consideration given to the factors of proposedtechnical merit, price, and past performance. Please address each of the following: 1 )Your companys capability in calibrating and repairing the different types of instrumentsincluded in Appendix A. 2) Your companys capability of providing US citizens to pick upand deliver instruments as required by the SOW with a one week turnaround time. Pleasenote that since multiple BPAs are contemplated, each vendor need not be capable ofcalibrating the full range of instruments. 3) Your company's capability in providingemergency 24 hour service 4) Your company's capability in providing an instrumentationdatabase as required by the SOW. For past performance, please provide a list of relevantwork performed in the past five (5) years, including contract type, contract number,technical description, dollar amount, period of performance, and a customer referencename and telephone number. It is critical that offerors provide adequate detail to allowevaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copiesof the provision at 52.212-3 (AUG 2009), Offeror Representations and Certifications -Commercial Items with their offer. These may be obtained via the internet atRL:http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm.Alternatively, offerors are encouraged to enter their representations at the OnlineRepresentations and Certifications Application (ORCA) website: https://orca.bpn.gov/.These representations and certifications will be incorporated by reference in anyresultant contract. An 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 (ifany):http://nais.msfc.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21. Potential offerors will be responsible for downloading their own copy of this combinationsynopsis/solicitation and amendments (if any).Information about major upcoming ARC procurement actions is availableathttp://ec.msfc.nasa.gov/cgi-bin/eis/admin/admin.cgi?center=ARC Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA10307516Q-AJJ/listing.html)
 
Record
SN02046341-W 20100123/100121234757-066d6adc05a674642856144c2254c8ee (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.