Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

J -- RECOVERY RADOME REFURBSIHMENT

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
NND10337743Qa
 
Response Due
5/31/2010
 
Archive Date
5/25/2011
 
Point of Contact
Cynthia Garcia, Contracting Officer, Phone 000-000-0000, Fax 000-000-0000, Email Cynthia.M.Garcia@nasa.gov - Terra L Calahan, Acquisistion Support Contractor, Phone 661-276-5985, Fax 661-276-2243, Email Terra.L.Calahan@nasa.gov
 
E-Mail Address
Cynthia Garcia
(Cynthia.M.Garcia@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, NND1000010Q, is being issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effectthrough Federal Acquisition Circular (FAC) 2005-40. This announcement is 100% Set Aside to Small Business. The North American IndustryClassification System (NAICS) code for this acquisition is 336413Other Aircraft Partsand Auxiliary Equipment 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 Funds In 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 performedsubject to the Recovery Act shall be submitted separately from requests for payment forany other work performed under the contract. - All requests for payment for work oncontracts, funded in whole or in part, with Recovery Act funds, shall identify theapplicable Contract Line Item Number(s) (CLINs) associated with the supplies or servicesbeing invoiced. - All invoices/vouchers shall be submitted via e-mail with no more thanone invoice/voucher per e-mail submission. Invoices shall be submitted toNSSC-AccountsPayable@nasa.gov. - The NASA Shared Services Center is the DesignatedBilling Office for Recovery Act invoices, except for cost type contracts where DCAA isdesignated as the billing office for verification of vouchers. (COs should tailor thelanguage in this bullet to identify the appropriate DBO for the specific Recovery Actrequirement.) 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 Radome refurbishment. This particular Radome is a spare unit requiringrefurbishment to bring it to an airworthy condition in order for it to be available as aflyable spare. (See attached Statement of Work) The Radome will be available for deliveryby the Government to the Contractor's facility starting December 15, 2010. Therefurbishment work must be completed and ready for delivery to the government by June 30,2010. This contract shall include any and all labor and materials necessary to completeall inspections, maintenance, cleaning, and painting (except for Government furnishedmaterials as noted in paragraph 7.1 for Statement of Work), and return of the Radome toservice in accordance with applicable FAA certification standards (Authorized ReleaseCertificate, FAA Form 8130-3). Part number of Radome is available upon request. 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 Contractorshall have experience performing composite repair and painting of aircraft Radomes and beunder Federal Aviation Administration (FAA) authorization to do so. (B) Staff Experience:All personnel performing this maintenance shall be appropriately trained to performaircraft paint stripping, composite repair and painting procedures. (C) Tooling: TheContractor shall certify that he possesses or can obtain (prior to commencement of thiseffort) all fixtures, tooling, and support equipment necessary to perform the requiredtask. The Government will not provide any tooling or support equipment. (D) ReferenceMaterials: The Contractor shall posses all of the relevant technical reference materialto perform this task. Questions regarding this acquisition must be submitted in writing toRosalia.toberman-1@nasa.gov no later than 9 a.m. local time on May 27, 2010. Quotes aredue no later than May 31, 2010. It is the offeror's responsibility to monitor this sitefor the release of amendments, if any. Potential offerors will be responsible fordownloading their own copy of this notice, the on-line RFQ and amendments, 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/NND10337743Qa/listing.html)
 
Record
SN02158918-W 20100527/100525234541-4b74647008376f3acbf1705c253d3c66 (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.