Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

J -- RECOVERY DC-8 FLIGHT CONTROL SURFACES OVERHAUL

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10335742Q
 
Response Due
4/16/2010
 
Archive Date
4/2/2011
 
Point of Contact
Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov - Brian G. Bowman, Contracting Officer, Phone 661-276-3329, Fax 661-276-2904, Email Brian.G.Bowman@nasa.gov
 
E-Mail Address
Rosalia Toberman
(rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERYThis notice is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in FAR Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; proposals are being requested and a written solicitation will not beissued. This solicitation, NND10335742Q, is being issued as a Request for Quotation(RFQ).The solicitation document and incorporated provisions and clauses are those ineffect through Federal Acquisition Circular (FAC) 2005-39.This announcement is 100% Set Aside to Small Business. The North American IndustryClassification System (NAICS) code for this acquisition is 334511-Search, Detection,Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT of 2009 REQUIREMENTS. The expenditure of AmericanRecovery and Reinvestment Act (ARRA) funds requires that the project have a level ofaccountability, visibility and transparency that instills confidence in the Americanpublic that the funds are being expended efficiently and with the intent of the Act. Tothat end, the Federal Acquisition Regulations have been amended with language specific tothe expenditure these funds. Specifically the following FAR Clauses shall apply to thisacquisition: 52.203-15 Whistleblower Protections Under American Recovery and ReinvestmentAct of 2009, 52.204-11 American Recovery and Reinvestment Act Reporting Requirements,52.215-2 Audit and Records Negotiation, and 52.212-5 Contract Terms and Conditions. Special attention should be given to the reporting requirements of the ARRA, pursuant tothe clause at Federal Acquisition Regulation (FAR) 52.204-11, American Recovery andReinvestment ActReporting Requirements (MAR 2009), and the need to propose costsassociated with those requirements. In addition, the following special invoicinginstructions are provided:Special Invoicing Instructions for Contracts Containing Recovery Act FundsIn addition to the requirements set forth in any payment and invoicing clauses containedwithin the contract, the following special requirements apply to those contracts withwork authorized under the American Recovery and Reinvestment Act (ARRA) of 2009 (hereinafter referred to as the Recovery Act). - All requests for payment for work performed subject to the Recovery Act shallbe submitted separately from requests for payment for any other work performed under thecontract.- All requests for payment for work on contracts, funded in whole or in part,with Recovery Act funds, shall identify the applicable Contract Line Item Number(s)(CLINs) associated with the supplies or services being invoiced. - All invoices/vouchers shall be submitted via e-mail with no more than oneinvoice/voucher per e-mail submission.Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov.- The NASA Shared Services Center is the Designated Billing Office for RecoveryAct invoices, except for cost type contracts where DCAA is designated as the billingoffice for verification of vouchers. These requirements are mandatory and are subject to monitoring and auditing by theGovernment throughout the contract performance period. Respondents must acknowledge thecapability and willingness to meet the Federal Acquisition Requirements associated withARRA-funded contracts.The Government intends to acquire a commercial item using FAR Part 12 and the SimplifiedAcquisition Procedures set forth in FAR Part 13.NASA Dryden Flight Research Center (DFRC) has a requirement for performing one-time DC-8flying laboratory primary control surfaces overhaul (to be detailed below). NASA is inpossession of the following spare flight control surfaces that are currently out ofairworthiness compliance required as part of its aircraft spares inventory:-(1ea) left inboard aileron, (1ea) right inboard aileron used to control theaircraft in the roll axis while in high speed flight.-(2 ea) left inboard aileron trim tabs, two each (2 ea) right inboard aileron trimtabs used to control the aileron hinge moment loads of the inboard aileron controlsurfaces.-(1ea) left outboard aileron, (1ea) right outboard aileron used to control theaircraft in the roll axis while in low speed flight.-(1ea) left elevator, (1ea) right elevator used to control the aircraft in thepitch axis in all phases of flight.-(2 ea) left elevator trim tabs, two each (2 ea) right elevator trim tabs used tochange position of the elevator control surface in all phases of flight.-(1ea) rudder used to control the aircraft in the yaw axis while in all phases offlight.-(1ea) rudder trim tab used to control the rudder hinge moment loads during allphases of flight.These units must be brought into airworthy condition in order to be available as flyablespare units to assure continued mission reliability of the DC-8-72 flying sciencelaboratory. (See attached Statement of Work)The control surfaces will be available for delivery by the Government to the Contractor'sfacility starting April 21, 2010. The work must be completed and ready for delivery tothe Government by June 30, 2010.In addition to the ARRA specific clauses, the following FAR Clauses and Provisions applyto this acquisition: Provision 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutesor Executive Orders - Commercial Items. Specifically the following clauses cited areapplicable to this solicitation: FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965.;FAR52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; FARClause 52.204-7, Central Contractor Registration (CCR); Addenda to FAR 52.212-4 are asfollows: NFS 1852.223-72, NFS 1852.215-84, 1852.237-73,and NFS 1852.225-70.Registrationis required in the CCR database in order to receive a Government contract. (Note: On-lineRepresentations and Certifications Application (ORCA) has been implemented in FAR Clause52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update theirrepresentations and certifications on-line. ORCA is part of the Business Partner Network(BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA ApplicationHandbook and an ORCA Quick Reference Guide.)Selection and award will be made to the lowest priced, technically acceptable offeror.Technical acceptability will be determined by review of information submitted by theofferor which must provide a description in sufficient detail to show that theproduct/service offered meets the Government's requirement. To be technically acceptable,the Contractor must meet the following criteria: (A) Corporate Experience: TheContractor shall have experience performing DC-8 primary control surfaces overhaul and beunder Federal Aviation Administration (FAA) authority to do so. (B) Staff Experience: TheGovernment strongly desires that all personnelperforming this maintenance possess FAA Airframe certification. Contractor non-Airframecertified staff shall work under the supervision of an FAA certified Airframe mechanic. (C) Tooling: The Contractor shall certify that he possesses or can obtain (prior tocommencement of this effort) all fixtures, tooling, and support equipment necessary toperform the required maintenance. The Government will not provide any tooling or supportequipment. (D)Reference Materials: The Contractor shall posses all of the relevant DC-8technical reference material to perform this task. This includes (but is not limited to): DC-8 Maintenance Manuals, Service Repair Manuals, Service Bulletins, and AirworthinessDirectives.Questions regarding this acquisition must be submitted in writing toRosalia.toberman-1@nasa.gov no later than 9 a.m. local time on April 10, 2010. Quotes/Proposals are due no later than April 16, 2010. It is the offeror's responsibilityto monitor this site for the release of amendments, if any. Potential offerors will beresponsible for downloading their own copy of this notice, the on-line RFQ andamendments, if any.All responsible sources may submit an offer which shall be considered by the agency.OFFERORS ARE REQUIRED TO USE THE ON-LINE SYSTEM TO SUBMIT THEIR PROPOSAL. The On-line RFQsystem is linked above or it may be accessed athttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=. The information required byFAR Subpart 12.6 is included in the on-line RFQ.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. The FAR may beobtained via the Internet atURL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/NND10335742Q/listing.html)
 
Record
SN02111185-W 20100404/100402234928-0f9c2056d68ac89cea6d81683a27df99 (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.