Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

16 -- Global Hawk LP33333 Aircraft Batteries - LP33333 Battery Specs & Drawings

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Armstrong Flight Research Center, Code A, P.O. Box 273, Mail Stop 4811-140, Edwards, California, 93523-0273, United States
 
ZIP Code
93523-0273
 
Solicitation Number
80AFRC18R0016
 
Point of Contact
Tiffany N. Goodwin, Phone: 16612762289, Rosalia Toberman, Phone: 6612763931
 
E-Mail Address
tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov
(tiffany.n.goodwin@nasa.gov, rosalia.toberman-1@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
LP33333 Battery Specs & Drawings Q - 1C Requirements This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: 80AFRC17R0016; this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. This requirement is not a small business set-aside. NAICS code 336413 Small business size standard 1,250 employees. Contract Line Item. ItemDescriptionQuantity 1LP33333 Aircraft Battery 12 EA Or Northrop Grumman P/N: 3671213K01039-1 See attached LP33333 Battery Specs and drawings along with a Q-1C quality requirement. Delivery should take place 12 months or sooner after award of contract. FOB Destination and acceptance point are NASA Armstrong Flight Research Center, Lilly Drive, Building 4876 Warehouse 6, Edwards AFB, California 93523. The provision at 52.212-1, Instructions to Offerors - Commercial (Jan 2017), applies to this acquisition with the following addenda to the provision: Submission of offers. Offers for the items(s) described above are due by 2:00 P.M. PT on September 5, 2018 to tiffany.n.goodwin@nasa.gov and must include, solicitation number, FOB destination to above designated location, 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. As a minimum, offers must show - Technical Requirements: Offeror shall provide technical information that demonstrates the proposed items capability to meet or exceed the Government's requirement. That includes requirements listed in the attached quality document Q-1, section C; provide and maintain an AS9100 certified Quality Management System; be responsible for Quality Assurance of their vendors. Batteries must meet the exact packaging size shown in the drawing, along with the same connector to the battery, see LP33333 Battery Specs and Drawings. Price: Offeror shall propose a total firm-fixed-price. Offeror must comply with the requirements of FAR 52.212-1(j) "Data Universal Numbering System (DUNS) Number" and FAR 52.212-1(k) "System for Award Management" to be eligible for award. 52.204-7System for Award Management. (Oct 2016) 52.204 -16Commercial and Government Entity Code Reporting (Jul 2016) Vendor's responsibility for monitoring FedBizOpps.gov for the release of any amendments to this RFQ. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition with the following addenda to the clause: Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Price: Offeror shall propose a firm-fixed unit price and an extended price for the line item. Award will be made to the lowest priced, technically acceptable offeror. By submission of its offer, the offeror accedes to all RFQ requirements, including terms and conditions, representations and certifications, in addition to those identified as evaluation factors. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer. 52.209-7 Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), apply to this acquisition with the following addenda to the clause: 52.204-4 Printed or Copied Double-Sided On Postconsumer Fiber Content Paper. (May 2011) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-18Commercial and Government Entity Code Maintenance (Jul 2016) 52.227-14Rights in Data -- General (May 2014) as modified by NFS 1852.227-14 Rights In Data--General (Apr 2015). 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-13 Bankruptcy (Jul 1995) 52.242-15 Stop-Work Order (Aug 1989) 1852.215-84Ombudsman (Nov 2011) 1852.215-84Ombudsman Alternate I (Jun 2000) 1852.223-75 Major Breach of Safety Or Security. (Feb 2002) 1852.223-75 Major Breach of Safety Or Security Alternate I (Feb 2006) 1852.225-70 Export Licenses (Feb 2000) 1852.237-73 Release of Sensitive Information (Jun 2005) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2018), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, 52.204-23, 52.209-10, 52.333-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232.33
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/DFRC/OPDC20220/80AFRC18R0016/listing.html)
 
Place of Performance
Address: Lilly Ave, Bldg. 4876 Warehouse 6, Edwards AFB, California, 93523, United States
Zip Code: 93523
 
Record
SN05054813-W 20180826/180824231117-e3ab28b08143faf1643d7e42d7684f2f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.