SOLICITATION NOTICE
43 -- INTEGRATED MOTOR AND PUMP ASSEMBLY
- Notice Date
- 4/4/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC07195925Q
- Response Due
- 4/13/2007
- Archive Date
- 4/4/2008
- Small Business Set-Aside
- N/A
- 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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. This notice is being issued as a Request for Quotations (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. GENERAL SPECIFICATION NASA, Glenn Research Center is charged with developing the Thrust Vector Control (TVC) system for the Upper-Stage of the new ARES I launch vehicle. As part of this program we will be building a hydraulic breadboard system to evaluate the TVC hydraulic system components. An integrated motor driven hydraulic pump will be needed for this breadboard testing, which will require a vendor to incorporate an existing, government-owned aircraft pump into its motor/pump design and assembly. The overall goal of the breadboard testing is to evaluate the functionality of each hydraulic system component (both steady state and dynamic), determine if each hydraulic component is adequately sized, and to see how all the hydraulic components operate when integrated into a complete TVC system. The primary motor/pump assembly will supply the required flow of hydraulic oil to the downstream hydraulic system components. The motor/pump assembly operation will be controlled from an operator control room that is remotely located from motor/pump assembly. The tests that will be run using this motor/pump assembly will be relatively short duration tests. A majority of the tests should typically last no more that about 30 minutes ? 1 hour. The hydraulic flow demand during these tests will be fluctuating continuously between the minimum flow and maximum flow (25 GPM) of the pump. The breadboard check-out testing is planned to start in July/August 2007 timeframe and continue for about 4 - 5 months. The motor/pump assembly will be run approximately 10 ? 20 hours/week during this 4 - 5 month time period. The specifications/requirements are attached, as are a Vickers Pump Summary Document and the related drawing. DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required within 3 months from date of award. Delivery shall be FOB Destination, NASA Glenn Research Center. SOLICITATION INSTRUCTIONS Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the total price for the item. If you require payment in advance, do NOT exceed this limitation. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. The provisions and clauses in the RFQ are those in effect through FAC 05-13. The NAIC code is 333911 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by April 13, 2007, 4:00p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-319, Cleveland, OH 44135, and include on the envelope the solicitation number. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers are acceptable. A copy of a published price list, catalog price or computer page printout showing the price for all Items may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1. Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any. The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc or http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html or The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses: a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) that are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 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 SELECTION Selection and award will be made on an aggregate basis for all items, to that offeror whose offer meets the specifications above, and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery schedule proposed will also be considered. Technical merit will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement and by the 1-2 page description of the design approach. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". 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=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#124183)
- Record
- SN01266580-W 20070406/070404221609 (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 |