SOLICITATION NOTICE
66 -- COMPUTED TOMOGRAPHY INSPECTION SYSTEM
- Notice Date
- 1/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM07177912Q
- Response Due
- 2/19/2007
- Archive Date
- 1/24/2008
- Small Business Set-Aside
- N/A
- Description
- NASA/MSFC has a requirement for one each computed tomography inspection system in accordance with the functional specifications included herewith. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12 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 Quote (RFQ) for a firm fixed price contract for 1 each Computed Tomography Inspection System including training, and travel necessary for the design, fabrication, delivery, installation, acceptance testing, warranty and providing the required quantity of spare detector elements, at Marshall Space Flight Center within 15 months of contract award to include an option for a 5 Year Maintenance Warranty Agreement for Critical Components. Offers will be evaluated on a lowest price, technically acceptable basis in accordance with FAR Parts 12 and 13, and as further provided in Addendum 1. Past performance will be assessed as part of the offeror's technical acceptability. Potential offerors are advised that past performance will be a very important consideration in the determination of technical acceptability. The provisions and clauses in the RFQ are those in effect through FAC 05-14. The NAICS Code and the small business size standard for this procurement are 334517 and 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. In accordance with FAR Part 12, Offerors are permitted to propose more than one product that will meet the Government's need. However, each product must be submitted as a separate quote and will be evaluated as a separate offer. All deliveries shall be at Marshall Space Flight Center and are required within 15 months after receipt of the order (ARO). Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due to Lizette M Kummer by 4pm Central Time on February 19, 2007 to George C. Marshall Space Flight Center, National Aeronautics and Space Administration, Attn: PS22E Bldg. 4610 Rm 2053, Huntsville, AL 35812 in accordance with instructions to offerors included herewith and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: Addendum 1 included herewith. 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. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-4, 52.204-7, 52.211-15, 52.245-2, 52.247-34. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. 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.htm OTHER CONTRACT REQUIREMENTS OR TERMS AND CONDITIONS NFS 1852.216-78 Firm Fixed Price, MSFC 52.211-93 DESCRIPTION/ SPECIFICATION/ STATEMENT OF WORK, 52,217-7 Option for Increased Quantity-Separately Priced Line Item, NFS 1852.215-84 Ombudsman,1852.223-72 SAFETY AND HEALTH (SHORT FORM),1852.237-73 RELEASE OF SENSITIVE INFORMATION, 1852.246-72 MATERIAL INSPECTION AND RECEIVING REPORT, and Safety and Health Clause incorporating DRD STD/SA-SHEWA and contractor's signed work agreement confirming his commitment to comply with OSHA and DOT regulations and to use MSFC MPR 8715.1 as the contractor's safety program while on site. This solicitation requests new or used, reconditioned, or remanufactured supplies, or unused former Government surplus property. Offerors are requested to identify and provide information on proposed for use under the contract and any warranties offered therewith consistent with normal commercial practices. The vendor shall provide all warranties in writing. (a) All items delivered under this contract/purchase order shall be warranted for one year by the manufacturer. (b) A copy of the manufacturer's warranty shall be enclosed in the package or included with shipping documents, as appropriate, for each warranted item delivered under this contract/purchase order. (c) Items warranted by the manufacturer shall be marked or stamped "Warranted". If space on the item is not available, the packing slip should state, as a minimum, the following: 1.Brief statement that a warranty exists. 2.Substance of the warranty. 3.Duration of the warranty. 4.Person to notify if the items are defective. All contractual and technical questions must be in writing (e-mail or fax) to Lizette.M.Kummer@nasa.gov (256) 544-1530 not later than 4pm Central February 9, 2007. Telephone questions will not be accepted. Selection and award will be in accordance with the evaluation factors in Addendum 1 uploaded herewith. A Model PO is attached herewith so that the Government may go straight to award without discussions if appropriate. Offerors shall complete items required on SF 1449 of the Model Contract, in accordance with the Instructions to Offerors included herewith. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. 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/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#123244)
- Record
- SN01218637-W 20070126/070124221657 (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 |