Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

J -- RECOVERY INSPECTION-REPAIRS OF DC-8-72 CABIN WINDOWS

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10339421Q
 
Response Due
5/13/2010
 
Archive Date
4/28/2011
 
Point of Contact
Andrea C Basham, Contract Specialist, Phone 661-276-6126, Fax 661-276-2904, Email andrea.c.basham@nasa.gov - Rosalia Toberman, Contracting Officer, Phone 661-276-3931, Fax 661-276-2904, Email rosalia.toberman-1@nasa.gov
 
E-Mail Address
Andrea C Basham
(andrea.c.basham@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; proposals are being requested and a written solicitation will not beissued. This solicitation, NND10339421Q, 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) 2005-37.This announcement is a 100% Set-Aside to Small Business. The North American IndustryClassification System (NAICS) code for this acquisition is 488190Maintenance, Repair,and Rebuilding of Equipment. American Recovery and Reinvestment Act Requirements: THIS PROCUREMENT IS SUBJECT TO THEAMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) of 2009 REQUIREMENTS. The expenditure ofAmerican Recovery and Reinvestment Act (ARRA) funds requires that the project have alevel of accountability, visibility and transparency that instills confidence in theAmerican public that the funds are being expended efficiently and with the intent of theAct. To that end, the Federal Acquisition Regulations have been amended with languagespecific to the expenditure of these funds. Specifically, the following FAR Clauses shallapply to this acquisition: 52.203-15 Whistleblower Protections Under American Recoveryand Reinvestment Act of 2009, 52.204-11 American Recovery and Reinvestment Act ReportingRequirements, 52.215-2 Audit and Records Negotiation, and 52.212-5 Contract Terms andConditions. Special attention should be given to the reporting requirements of the ARRA,pursuant to the clause at Federal Acquisition Regulation (FAR) 52.204-11, AmericanRecovery and Reinvestment ActReporting Requirements (MAR 2009), and the need to proposecosts separately associated with those requirements. In addition, the following specialinvoicing instructions 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 and Andrea.C.Basham@nasa.gov.- The NASA Shared Services Center is the Designated Billing Office for RecoveryAct invoices. 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 inspection andrefurbishment of DC-8-72 cabin windows. The windows will be progressively available fordelivery by the Government to the Contractor's facility starting 15 days after award ofthe order. The Contractor shall provide all labor and materials necessary to complete allinspections, maintenance, and cleaning, with return of the cabin windows toserviceability in accordance with applicable FAA certification standards (AuthorizedRelease Certificate, FAA Form 8130-3) in accordance with the attached Statement of Work.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: The Contractorand repair facilities must be FAA certified. The Contractor shall have experienceperforming aircraft cabin windows refurbishment, inspections, and repairs. (B) StaffExperience: All personnel performing this maintenance shall be appropriately trained toperform cabin windows refurbishment, inspections, and repairs. (C) Tooling: TheContractor shall possess or can obtain (prior to commencement of this effort) allfixtures, tooling, and support equipment necessary to perform the required maintenance.(D) Reference Materials: The Contractor shall possess all of the relevant technicalreference material to perform this task. Prospective contractors should review theStatement of Work (SOW), and submit sufficient documentation for the Government todetermine strength of the contractors qualifications and ability to meet therequirements of the statement of work.Questions regarding this acquisition must be submitted in writing toandrea.c.basham@nasa.gov no later than May 5, 2010. It is the offerors 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.Interested organizations may submit their capabilities and qualifications to perform theeffort in writing to the identified point of contact not later than 4:30 p.m. local timeon May 13, 2010. All responsible sources may submit an offer which shall be considered by the agency. OFFERORS ARE REQUIRED TO USE THE ONLINE RFQ SYSTEM TO SUBMIT THEIR PROPOSAL. The On-lineRFQ system 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/NND10339421Q/listing.html)
 
Record
SN02134086-W 20100430/100428234542-a9dcdf8f720e8067af3d2b92e85287d9 (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.