Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

93 -- Layup/Cure Mandrel and Ancillary Equipment for the Fabrication of the Composite Shell Buckling Test Article

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
NNM16592460Q
 
Point of Contact
David G. Morgan, Phone: (256) 544-0410
 
E-Mail Address
david.g.morgan@nasa.gov
(david.g.morgan@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Purpose of this Modification is to extend the response date from 6/29/2016 to 7/05/2016. All other requirments and terms and conditions of this solicitation remain the same. ***PLEASE CONTACT RAYNE IVEY/ARCS IN WRITING AT rayne.l.ivey@nasa.gov, TO SUBMIT QUOTES OR ANY TECHNICAL CONCERNS. CONTACT INFORMATION IS ALSO IN THE BODY OF THIS SOLICITATION.*** 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. This notice is being issued as a Request for Quotations (RFQ) for Guidance and Control Hardware and Support. The provisions and clauses in the RFQ are those in effect through FAC 2005-87. This procurement is a Total Small Business Set-Aside competition. The NAICS Code and business size standard for this procurement are 336413/1000 respectively. All responsible sources may submit an offer which shall be considered by the agency. However, any award from this RFQ will require the potential vendor to be certified within the Online System for Award Management (SAM) and Online Representations and Certifications Application Databases prior to award. Any product delivery to MSFC, Central Receiving, Building 4631, Saturn Rd, MSFC, AL 35812 shall be specified as FOB Destination. Offers for this requirement outlined in the attached specifications are due by 4:00 PM CST, June 29, 2016 to Rayne Ivey/ARCS, at rayne.l.ivey@nasa.gov, and must include solicitation number, FOB destination to this Center with proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (Oct 2015), Instructions to Offerors-Commercial Items, which is incorporated by reference. FAR 52.212-4 (May 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (June 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and are attached to this solicitation. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.html All contractual and technical questions must be in writing via e-mail to rayne.l.ivey@nasa.gov no later than 12:00 PM CST June 27, 2016. Telephone questions will not be accepted. Any technical questions will be answered on a "one-on-one" basis. Technical acceptability will be determined by review of information submitted by the offeror which must provide capabilities to provide the services that meets the Government's requirement. Award will be based on "lowest priced technically acceptable" basis. Vendor shall also submit three (3) past performance evaluations with their offer. Please see attached past performance form (Attachment B). Offerors must include completed copies of the provision at 52.212-3 (Nov 2015), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. 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/pub_library/Omb.html. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). ***PLEASE SUBMIT ALL OFFERS TO RAYNE IVEY/ARCS at rayne.l.ivey
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2a49197f9d1ace30a4ebfc9fdae2102)
 
Record
SN04166445-W 20160701/160629235300-f2a49197f9d1ace30a4ebfc9fdae2102 (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.