Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1, 2000 PSA #2738
SOLICITATIONS

76 -- RESEARCH AND DOCUMENT THE HISTORY OF THRUST VECTORING

Notice Date
November 29, 2000
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
ZIP Code
93523-0273
Response Due
December 14, 2000
Point of Contact
Teresa M Hass, Contract Specialist, Phone (661) 258-2164, Fax (661) 258-2291, Email teresa.hass@dfrc.nasa.gov -- Leta R. Neyman, Contract Specialist, Phone (661) 276-3340, Fax (661) 276-2291, Email leta.neyman@dfrc.nasa.gov
E-Mail Address
Teresa M Hass (teresa.hass@dfrc.nasa.gov)
Description
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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This project will record the history of the thrust-vectoring research conducted primarily at the Dryden Flight Research Center on three different kinds of aircraft (including two X-31s, the F-18 HARV, and the F-15 ACTIVE). This effort will be for the benefit of NASA managers, other engineering personnel, and pilots as well as to record this history for posterity. It is appropriate that this effort be fully documented in the same way that other important NASA programs have been recorded over the years through the preparation of a fully-referenced and academically-sound book for use by both NASA and the public. Such a work would reflect the effort and attention to detail established in other volumes in the NASA historical series and contain similar types of information organized and presented in a readable but scholarly fashion. The provisions and clauses in the RFQ are those in effect through FAC 97-20. This procurement is a total small business set-aside. See Note The NAICS Code and the small business size standard for this procurement are 71151 and $5M, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to DFRC is required 12 months ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by 4:00pm P.S.T. December 14, 2000 and may be mailed or faxed to Teresa M. Hass, NASA-DFRC P.O. Box 273 M/S D-1422 Edwards, CA 92323, or FAX Number (661) 276-2291 and include, solicitation number, CAGE Code Number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, proof of VETS-100 Certification, must be registered in the Central Contractor Registration (CCR), and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ The Reps and Certs are required as part of the proposal package. FAR 52.212-4 is applicable and the following identified clauses are incorporated by reference. 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment(Jul 1995) 52.211-17 Delivery of Excess Quantities (Sep 1989) 52.227-14 Rights in Data -- General (Jun 1987) [If acquiring data] 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3 Convict Labor (E.O. 11755). 52.233-3 Protest after Award (31 U.S.C. 3553). 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-1 Buy American Act -- Balance of Payments Program -- Supplies (41 U.S.C. 10a -- 10d). 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). 52.239-1 Privacy or Security Safeguards (5 U.S.C. 552a). The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than December 11, 2000. Selection and award will be made to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter in sufficient detail so that it can be evaluated on its intrinsic merit (30%), the quality of the researcher(s)'s credentials as researcher(s) and writer(s) (30%), the overall cost of the proposal as compared with other quotations (30%), and such intangible factors as how original the research and writing will be, the balance of the proposal, etc. (10%). The quotation should be based on the full-time effort of the researcher (40 hours per week for slightly more than 40 weeks per year) during the period of the contract. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
Web Link
Click here for the latest information about this notice (http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#P1TT20091)
Record
Loren Data Corp. 20001201/76SOL001.HTM (D-334 SN5076V8)

76 - Books, Maps and Other Publications Index  |  Issue Index |
Created on November 25, 2000 by Loren Data Corp. -- info@ld.com