Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

A -- 3D Weave - SOW

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
80GSFC18Q0009A
 
Archive Date
4/10/2018
 
Point of Contact
Stephanie A. Jackson, Phone: 3012860422, LaKeshia Robinson, Phone: 3012868602
 
E-Mail Address
Stephanie.Jackson-1@nasa.gov, lakeshia.m.robinson@nasa.gov
(Stephanie.Jackson-1@nasa.gov, lakeshia.m.robinson@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
3D SOW NASA/GSFC has a requirement for space launch vehicle 3D woven circumferential end ring frames design development, design modeling support, and 3D woven end ring-frame preform manufacturing for engineering tests. The place of acceptance and FOB point is Destination. Offers submitted on a basis other than FOB Destination will be rejected as nonresponsive. All responsible sources may submit an offer which shall be considered by the agency. The Composite Technology for Exploration (CTE) Project is developing and demonstrating critical composites technologies focusing on joint materials, design/analysis, manufacturing, and tests that utilize NASA and industry joint expertise and capabilities. The work is advancing lightweight structures to support future NASA exploration missions while also advancing the state of the art in the detailed analyses of composite bonded joints and the interactions of their stress-strain fields with local design features. In particular, the CTE project is demonstrating weight-saving, performance-enhancing joint technology for Space Launch System (SLS)-scale composite hardware. Circumferential joints ends rings interfacing cylindrical and conical structures are of particular interest as they offer significant mass reduction opportunities. This is combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The solicitation number is 80GSFC18Q0009. This solicitation is issued as a request for quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. All offerors may submit a written quote via e-mail that will be reviewed by the Government. The North American Industry Classification System (NAICS) Code for this acquisition is 541715. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial items, applies to this acquisition. The following factors shall be used to evaluate offers: Descending Order of Importance: 1) Technical Capability of the items and services offered to meet the Government requirement, 2) Price, and 3) Past Performance. Technical and past performance, when combined, are significantly more important than price. The basis of the evaluation will be inclusive of the option periods. The offeror shall submit, as part of its quote information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services for performed and the number (phone and fax) of a contract for each contract listed. The offeror should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of an offeror with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quote should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors shall include a completed copy of the provision at 52.212-3 (Nov 2017), Offeror Representations and Certifications-Commercial Items, with its offer. The Clause at 52.212-4 (Jan 2010), Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5 (Jan 2018), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable. • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) • 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) • 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) • 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) • 52.219-8, Utilization of Small Business Concerns (Nov 2016) • 52.219-28, Post Award Small Business Program Representation (Jul 2013) • 52.222-3, Convict Labor (June 2003) • 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2018) • 52.222-21, Prohibition of Segregated Facilities (Apr 2015) • 52.222-26, Equal Opportunity (Sept 2016) • 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) • 52.222-50, Combatting Trafficking in Persons (Mar 2015) • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-1, Buy American- Supplies (May 2014) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) The following FAR/NASA FAR terms and conditions apply to this acquisition: • 1852.215-84, Ombudsman (Nov 2011)* • 1852.223-72, Safety and Health (short form)(Jul 2015) • 1852.225-70, Export Licenses (Feb 2000) • 1852.237-73, Release of Sensitive Information (Jun 2005) • The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pbu/pub_library/Omb.html. This is not a Defense Priorities and Allocations System (DPAS) rated order. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act - Supplies," "the offeror shall so state and shall list the country of origin." Offers are due no later than March 26, 2018 at 4:00PM Eastern Standard Time. Offers shall be emailed: Stephanie Jackson, Contract Specialist, at stephanie.jackson-1@nasa.gov All questions/clarifications must be submitted in writing via e-mail to stephanie.jackson-1@nasa.gov no later than March 19, 2018. This synopsis shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Contracting Office Address: NASA/Goddard Space Flight Center, Code 210.M Greenbelt, Maryland 20771 United States Place of Performance: NASA Goddard Space Flight Center 8800 Greenbelt Road Greenbelt MD 20771 United States Primary Point of Contact: Stephanie Jackson Contract Specialist Stephanie.Jackson-1@nasa.gov Phone: 301-286-0422 Secondary Point of Contact: Lakeshia Robinson Contracting Officer Lakeshia.m.Robinson@nasa.gov Phone: 301-286-8602
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f19abd47aa03b49e36a888faf92ca8f2)
 
Record
SN04850735-W 20180314/180312230948-f19abd47aa03b49e36a888faf92ca8f2 (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.