SOLICITATION NOTICE
Z -- DIGITAL AUDIO CONTROL SYSTEM
- Notice Date
- 9/6/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC11403906A
- Response Due
- 9/13/2011
- Archive Date
- 9/6/2012
- Point of Contact
- Cheryl A. Washam, Contracting Officer, Phone 216-433-2794, Fax 216-433-5489, Email Cheryl.A.Washam@nasa.gov
- E-Mail Address
-
Cheryl A. Washam
(Cheryl.A.Washam@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This notice is being issued as a Request for Quotations (RFQ) for: 1)Audio ManagementUnit: size of 2.23' H x 11.00' D x 7.48' W, weight of 4.11 lbs. maximum, quantity 1 each. Unit interface shall be 50 pin D-shell connectors, quanity 4 each. 2) 8 Channel aduiocontrol panels, size of 2.25H x 2/26D x 5.75' W, weight if 1.01 lbs. maximum, quantity 6each. 3) Remote memory unit:size of 0.71' H x 1.69' D x 2.21' W, weight of 0.09 lbs.maximum, quantity 1 each. ALL UNITS SHALL MEET THE ABOVE REQUIREMENTS TO INTERFACE WITHEXISTING NORTHERN AIRBORNE TECHNOLOGY (NAT) EQUIPMENT INSTALLED IN THE NASA GLENN LEAR 25RESEARCH AIRCRAFT AND TWIN OTTER AIRCRAFT. Installation is not required as NASA Glennwill complete the installation of equipment.Provisions and clauses in the RFQ are those in effect through FAC 2005-53.THIS PROCUREMENT IS FOR FULL AND OPEN COMPETITION.The NAICS code and the small business size standard for this procurement is 336413 and1000 employees respectively. The offeror shall state in their offer their size statusfor this procurement.All responsible sources may submit an offer which shall be considered by the agency.Delivery to NASA Glenn Research Center, 21000 Brookpark Rd., Cleveland, Ohio 44135 isrequired. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 4:30 p.m. est to NASA GRC, Attn:Cheryl Washam, MS 60-1, 21000 Brookpark Road, Cleveland OH 44135 and must include,solicitation 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, and be signed by an authorizedcompany representative. Offerors are encouraged to use the Standard Form 1449,Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (JUNE 2010), Contract Terms and Conditions-Commercial Items is applicable.Addenda to FAR 52.212-4 are as follows: 52.219-28 Post-Award Small Business ProgramRerepresentation. (APR 2009), 52.247-34 F.O.B. Destination. (NOV 1991), 1852.215-84Ombudsman. (OCT 2003), 1852.223-72 Safety and Health (Short Form). (APR 2002),1852.225-70 Export Licenses. (FEB 2000), 1852.237-73 Release of Sensitive Information.(JUN 2005) FAR 52.212-5 (MAR 2011), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.204-10, Reporting Executive Compensation and First-TierSubcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note), 52.209-10,Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division Cof Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 ofDivision D of Public Law 110-161), 52.219-28, Post Award Small Business ProgramRerepresentation (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3, Convict Labor (JUN 2003)(E.O. 11755), 52.222-50, 52.222-19, Child Labor--Cooperation with Authorities andRemedies (JUL 2010) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (FEB1999), 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246), 52.222-36, AffirmativeAction for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), 52.222-37, EmploymentReports on Veterans (SEP 2010) (38 U.S.C. 4212), 52.222-50, Combating Trafficking inPersons (FEB 2009) (22 U.S.C. 7104(g)), 52.223-18, Encouraging Contractor Policies to BanText Messaging while Driving (AUG 2011)(E.O 13513), 52.225-1, Buy American Act - Supplies(FEB 2009) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (JUN2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign AssetsControl of the Department of the Treasury), 52.232-33, Payment by Electronic FundsTransfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 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 All contractual and technical questions must be in writing (e-mail) to Cheryl Washam notlater than 4:30 on September 8, 2011. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, with consideration given to the factors of proposed technical merit,price, and past performance. It is critical that offerors provide adequate detail toallow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (MAR 2011), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representations andcertifications 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 isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC11403906A/listing.html)
- Record
- SN02563660-W 20110908/110906235714-8e085e918f2effd4df12f913bbd47078 (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 |