Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

66 -- Flight Turbine Flowmeter - Export Control Letter

Notice Date
9/15/2016
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NASA/John F. Kennedy Space Center, John F. Kennedy Space Center, Florida, 32899
 
ZIP Code
32899
 
Solicitation Number
NNK16MB23Q
 
Archive Date
10/18/2016
 
Point of Contact
Michael S. Ahearn, Phone: 3218678618, Joseph Merritt Bell, Phone: 3218671269
 
E-Mail Address
michael.s.ahearn@nasa.gov, joseph.m.bell@nasa.gov
(michael.s.ahearn@nasa.gov, joseph.m.bell@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
EC 003 - Non-Disclosure Agreement EC 002 - Certification EC 001 Request Access Form Export Control Letter (Instructions) NASA Kennedy Space Center anticipates the award of one, firm-fixed-price, contract for the procurement of stainless steel, Flight Certified Turbine Flowmeters (Flowmeter), corresponding electronics (Signal Conditioners), and associated Mounting Hardware to be used in "N2H4, Hydrazine as per MIL-PRF-26536F" (Hydrazine). The flowmeters will serve as a "Flight Hardware" unit. The Flowmeter will be used to measure volumetric flow rate of liquid hypergolic propellants in Low Earth Orbit (LEO) and during ground operations. The following deliverables apply to this requirement: FIRST ARTICLE TEST Item 1 - Turbine Flowmeter for first article testing (test articles- if required for qual or delta qual) - Quantity -1 Item 2 - Mounting Bracket and Hardware for first article testing (test articles- if required for qual or delta qual) - Quantity -1 OPERATIONAL USE Item 1 - Turbine Flowmeters (flight certified articles) "Flowmeter A" - Quantity - 2 Item 2 - Flowmeter Mounting Brackets and Hardware - Quantity - 3 Item 3 - Turbine Flowmeter, Engineering Test Unit (ETU) "Flowmeter B" - Quantity 1 SPECIAL TEST HARDWARE Item 1 - Special Test Adapter Hardware and Fixtures for Testing - Quantity - as required OPTIONS Item 1 - Turbine Flowmeter (flight certified articles) (Hydrazine Compatible) Flowmeter A - Quantity - 1 Item 2 - Flowmeter Flight Mounting Brackets and Hardware - Quantity - 1 Per FAR 52.217-7 - OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line items, identified in the Schedule as option items, in the quantities and at the prices stated in the Schedule. This is a full and open Procurement. Multiple awards for this requirement will not be made. This procurement contains information which falls under the purview of U.S. Munitions List (USML) as defined in the International Traffic in Arms Regulations (ITAR), at 22 CFR 120-130, and is export controlled. The Government has been informed that we can no longer utilize FedBizOpps (FBO) to transmit EAR or ITAR export controlled documents. Specifications and Drawings for this project have been identified as controlled documents. Contractors will not be permitted to download documents until cleared through Defense Logistics Information Service (DLIS). Clearance may take a few weeks so Contractors are encouraged to register immediately. All Contractors that will be interested in receiving drawings and specifications for this project will have to ensure they have been screened by the Defense Logistics Agency (DLA) Joint Certification Program (JCP) at: http://www.dlis.dla.mil/jcp/ A Solicitation will be posted on Federal Business Opportunities (FBO) after this Synopsis closes. All Contractors wishing to submit a proposal to the Solicitation, when posted, must be registered in the System for Award Management (SAM) database. Information on registration in SAM can be obtained at the following website: http://www.sam.gov; potential offerors must also have current Online Representations and Certification Application on file with SAM. If a Contractor has been previously screened by FBO they can verify if their status is still active by utilizing their cage code at: http://www.dlis.dla.mil/jcp/search.aspx No response to this Synopsis is required. The government shall not pay for any information submitted in response to this Synopsis. This Synopsis does not obligate the Government to pay for any bid or proposal preparation costs. It is the offerors responsibility to monitor FBO for the release of the Solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). After registration and submission of the applicable Export Control Forms, contractors will be notified of how to receive controlled documents (Statement of Work, Specifications and DILS) through a safe file exchange. All contractual and technical questions must be submitted in writing. Telephone questions will not be accepted. The Export Control forms attached to this Synopsis must be completed by the Contractor. EC 002 - Certification Draft must contain the Contractor's letterhead. EC 003 - Non-Disclosure Draft must also contain the Contractor's letterhead. Please review the Attached Export Control Letter for instructions. EC 001 - Request Access Form must be completed by the Contractor and forwarded to michael.s.ahearn@nasa.gov along with EC 002 and EC 003. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: http://prod.nais.nasa.gov/pub/publibrary/Omb.html The successful Contractor will be selected using Lowest Price Technically Acceptable (LPTA) Procedures, resulting in the best value to the Government. Evaluation factors will be set forth in Sections L & M of the Solicitation and will likely include evaluation of the following areas: Technical, Past Performance and Price. The evaluation factors are subject to change, but will be detailed in the Solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK16MB23Q/listing.html)
 
Place of Performance
Address: Transportation Officer, NASA, ISC Warehouse Bldg., M6-744, Attn: NNK16MB23P / 4200602403, Kennedy Space Center, Florida, 32899, United States
Zip Code: 32899
 
Record
SN04274051-W 20160917/160916000242-effbb1c313d3c1a8d80857fd2e7ad230 (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.