Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

95 -- SLS INTERTANK TEST PX LUG BEAM WELDMENT AND PX LUG BEAM SUPPORT WELDMENTS

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
NNM15551426Q
 
Response Due
6/26/2015
 
Archive Date
6/5/2016
 
Point of Contact
Melinda James, Contracting Officer, Phone 256-544-0317, Fax 256-961-9604, Email melinda.l.james@nasa.gov
 
E-Mail Address
Melinda James
(melinda.l.james@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
***PLEASE CONTACT ROSALIND FORD (ARCS) FOR ANY QUESTIONS OR CONCERNS VIA EMAIL AT ROSALIND.A.FORD@NASA.GOV *** This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The provisions and clauses in the RFQ are those in effect through FACs 05-81. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 332312/500 respectively. NASA/Marshall Space Flight Center (MSFC) has a requirement for the fabrication and delivery of two (2) Space Launch System (SLS) Intertank Test Px Lug Beam Weldments, and eight (8) Px Lug Beam Support Weldments shall be fabricated per NASA specifications (Statement of Work) provided in the attached solicitation and applicable drawings. The SLS Intertank Test - Weldments represent only one of several components required for the SLS Intertank test. Additional procurements will be solicited under separate announcements Target delivery to MSFC is 28 weeks after receipt of order. Delivery shall be FOB Destination. Quote shall include all shipping/transportation costs with offer. (See instructions for quote pricing provided in Sections 5 of the solicitation.) All contractual and technical questions must be in writing via email to Rosalind Ford (ARCS) at Rosalind.A.Ford@NASA.GOV no later than 06/17/2015 by 12:00 p.m. C.S.T. Telephone questions will not be accepted Offers will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Offers for the item(s) described above are due by 06/26/2015 by 4:00 p.m. C.S.T. Vendors may submit quotes on their company's standard forms. This solicitation contains the following sections: 1. Clauses/Terms and Conditions Section 1, Pages 1-8 2. Statement of Work (SOW) Section 2, Pages 9-12 3. Data Procurement Document (DPD) Section 3, Pages 3-1 through 3-16 4. Solicitation Provisions/Representations and Certifications Section 4, Pages 13-27 5. Solicitation Provisions/Quote Instructions Section 5, Pages 28-30 6. Solicitation Provisions/Evaluation Criteria Section 6, Pages 31-33 The following attachments also apply to the solicitation and are uploaded as separate documents: 1. Drawing(s): Drawing Number(s): 90M14398_1,2 and 90M14404_1,2,3 2. Past Performance Evaluation Form FAR Provision 52.212-1 Instructions to Offerors-Commercial Items, is applicable to this acquisition and is incorporated by reference. In addition to the information required by FAR 52.212-1(b) to be submitted with the offer, additional information is required which is specified in Section 5 of the solicitation. It is critical that offerors provide adequate detail to allow evaluation of their offer (See FAR 52.212-1(b). FAR Provision 52.212-2, Evaluation-Commercial Items, is applicable to this acquisition. See Section 6 of the solicitation for the specific evaluation criteria included in this provision and additional information provided regarding the evaluation of the offers Offerors are to include a completed copy of the Representations and Certifications provided in the solicitation (See Section 4) with their offer. This includes the FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, and other FAR and NASA FAR Supplement provisions included in Section 4. Note that if the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act--Supplies", the offer shall state the country of origin in FAR 52.212-3. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. Additional Terms and Conditions are applicable and are provided in Section 1 of the solicitation. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items is applicable and the following additional FAR clause cited in the clause are applicable to this application: See Section 1 of the solicitation for the checked applicable clauses. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ shall require the potential vendor to be certified with the Online System for Award Management (SAM) database and Online Representations and Certifications Application Databases prior to award. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html ***PLEASE CONTACT ROSALIND A. FORD (ARCS) FOR ANY QUESTIONS OR CONCERNS VIA EMAIL AT rosalind.a.ford@nasa.gov *** Point of Contact Name:Melinda James Title:Contracting Officer Phone:256-544-0317 Fax:256-961-9604 E-mail: melinda.l.james@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM15551426Q/listing.html)
 
Record
SN03755391-W 20150607/150605235058-0547e7fba70683d37134f8f00993cc55 (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.